SOLICITATION NOTICE
Y -- F-35A Extend Steam/Water to the South Loop, Eielson AFB, Alaska (EIE405)
- Notice Date
- 9/21/2017
- Notice Type
- Presolicitation
- NAICS
- #237110
— Water and Sewer Line and Related Structures 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-0050
- Archive Date
- 10/21/2017
- Point of Contact
- Ronald K. Jackson, Phone: 9077535596, Michelle Mandell, Phone: 907 753-2502
- E-Mail Address
-
ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil
(ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION: Project: EIE405, F-35A Extend Steam/Water to the South Loop, Eielson AFB, Alaska Notice Type: Pre-Solicitation Notice Solicitation Number: W911KB-17-R-0050 Posted Date: 21 September 2017 Original Response Date: 6 October 2017 Original Archive Date: Current Archive Date: Classification Code: Y - Construction Set Aside: None, Full and Open - Unrestricted NAICS Code: 237110 Size Standard: $36.5M CONTRACT INFORMATION: This is a pre-solicitation notice for a Request for Proposal (RFP) to extend steam, water, condensate and sewer to the South Loop on Eielson AFB, Alaska (EIE405). This acquisition is advertised as a full and open, unrestricted acquisition. A solicitation is expected to be issued on or about 10 October 2017 with proposals due on or about 29 November 2017. This is a "Best Value" solicitation for the construction of the F-35A Extend Steam/Water to the South Loop on Eielson AFB, Alaska. The Government will evaluate the proposals in accordance with the criteria and award a firm fixed price contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government utilizing the tradeoff process described in FAR 15.101-1. Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date will be late February 2018 with a required completion date of 12 June 2020. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds and may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture. We advise contractors 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. PROJECT INFORMATION: Construct steam and water piping in a utility line duct enclosure (utiliduct) starting at the Central Heat & Power Plant (CHPP), ending just past Building 1337 on the South Loop. Proposed piping consists of a steam line, sewer line, condensate return line, water main, sump discharge, and fire hydrant piping. Utiliduct structures are a shallow buried concrete vault used to route utilities. Electrical work includes installation of sump pumps, manhole lighting, manhole power outlets, and manhole services. All excavations and disturbed areas will have their surfaces returned to their original condition. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200-02). This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010=01. The construction cost magnitude is between $35,000,000 and $45,000,000. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: Specialized Experience, Proposed Contract Duration, Narrative, and Summary Schedule, Past Performance (Confidence Assessment), Key Subcontractors, Small Business Participation Plan, and Price. OBTAINING THE SOLICITATION: The solicitation will be available electronically from FedBizOpps website (www.fbo.gov) on or about 10 October 2017. On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible small business sources may submit an offeror in the form and format of the solicitation 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. CONTRACTING OFFICE ADDRESS: USACE District, Alaska CEPOA-CT P.O. Box 6898 JBER, AK 99506 PLACE OF PERFORMANCE: Eielson AFB, Alaska POINT OF CONTACT Ron Jackson 907-753-5596 Ronald.K.Jackson@usace.army.mil OR Michelle Mandel 907-753-2502 Michelle.R.Mandel@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0050/listing.html)
- Place of Performance
- Address: Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN04688781-W 20170923/170921231820-554d475a3e986401a3f671fb124ec413 (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 |