Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
MODIFICATION

Y -- EIE378 Design-Build F-35A Aircraft Weather Shelter (Sqd 1) - Solicitation 1

Notice Date
5/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-17-R-0003
 
Response Due
6/22/2017 2:00:00 PM
 
Point of Contact
Kathy Kinnett, , Theresa M Afrank,
 
E-Mail Address
kathy.j.kinnett@usace.army.mil, theresa.m.afrank@usace.army.mil
(kathy.j.kinnett@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP W911KB-17-R-0003, F-35A Aircraft Weather Shelter, Squad #1, Eielson Air Force Base, Alaska (EIE378) CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, full and open Request for Proposal (RFP) for design and construction of a 16-bay aircraft weather shelter at Eielson AFB, Alaska. The contract cost limitation for contract award is approximately $71 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. NAICS Code of Acquisition: 236220. The Small Business size standard is $36,500,000. Anticipated NTP: Winter 2017 with a 730 calendar-day period of performance; the Davis Bacon Act will apply. PROJECT TITLE: "F-35A Aircraft Weather Shelter (Sqd 1), Eielson Air Force Base, Alaska (EIE378)" (1) PROJECT INFORMATION: Design-build a 16-bay, 77,385 SF aircraft shelter with reinforced concrete floor, walls, with ceiling, lightning and surge protection, and electrical grounding, to accommodate the mission of the facility, to include utilities and aircraft-rated pavements. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides; special foundations are included for arctic conditions. Facilities will be designed as permanent construction in accordance with DoD's Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: For Phase 1: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment); Factor 3 - Organization; and Factor 4 - Technical Approach For Phase 2: Factor 1 - Design Technical; Factor 2 - Extent of Participation of Small Businesses; and Factor 3 - Price and Pro Forma Information The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 23 MAY 2017, at the Federal Business Opportunities website at https://www.fbo.gov/. Enter the solicitation number (W911KB-17-R-0003) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation. Point of Contact Kathy Kinnett, 907-753-2838 E-mail: kathy.j.kinnett@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0003/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, United States
 
Record
SN04518051-W 20170525/170523234506-31c2c25ff04437bdd24c31f0cf443ffa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.