Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
SOLICITATION NOTICE

Y -- General Instruction Building

Notice Date
4/20/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-R-0042
 
Point of Contact
Otse.A.Adikhai, Phone: 213-452-3248, Roger W. Chapin, Phone: 2134523244
 
E-Mail Address
Otse.A.Adikhai@usace.army.mil, roger.w.chapin@usace.army.mil
(Otse.A.Adikhai@usace.army.mil, roger.w.chapin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Instruction Building, Davis-Monthan AFB, AZ W912PL-18-R-0042 Project Description: Construct a General Instruction Building (GIB) to include classrooms, conference rooms, training space, instructor offices, supply rooms, team rooms for training, administrative space, elevator, building information systems, and covered training area. Energy Monitoring Control Systems (EMCS) connections, Intrusion Detection System (IDS) installation, fire protection and alarm systems will be provided. Supporting facilities include utilities, information systems, paving, parking, sidewalks, curbs and gutters, storm drainage to include low impact development measures, landscaping, access roads, site improvements, and Antiterrorism/Force Protection measures. Heating and cooling will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. THIS PROJECT IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE LOWEST PRICE TECNICALLY ACCEPTABLE. The procurement method used will be 1-step best value lowest price technically acceptable. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. Those offers that are determined to be Technically Acceptable will then be evaluated based on the lowest price submitted. Plans and specifications will not be provided in paper copy. The solicitation, amendments and interested vendor's list for this solicitation will be posted on www.fbo.gov Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that all firms who want to access to the solicitation, primes and subcontractors, must have a MPIN, and either a DUNS number or CAGE code. It is the responsibility of the contractor to check www.fbo.gov website frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $36.5M average annual gross revenue for the last three (3) fiscal years. The FSC Code is Y1GD. The estimated magnitude of the project is between $10,000,000.00 $25,000,000. The solicitation will be made available on or about 7 May 2018. The Government intends to issue this solicitation through the use of the Internet only. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Faxes or Paper) will be provided unless the Government determines that it is necessary. This Solicitation No. W912PL-18-R-0021, General Instruction Building, Davis-Monthan AFB, AZ and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps. Access to the solicitation documents on the FedBizOpps website will be via a hyperlink. The hyperlink on the notice for this acquisition posted on the FedBizOpps (FBO) website (www.fbo.gov). The hyperlink will not appear as a website address, but as text as follows: Technical Data Package (TDP) 01. Viewing/downloading documents from FBO will require prior registration in Central Contractor Registration (www.ccr.gov). If you a re a first time user, you will also be required to register. The following information will be required: DUNS Number or CAGE Code; Telephone Number and E-Mail Address. Once registered with FedBizOpps, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on FBO. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE Code. For further information, please click on the links on the FBO homepage to FAQs, the Vendor User Guide, and FBO Help. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FBO FREQUENTLY FOR ANY AMENDMENTS OR CHARGES TO THE SOLICITATION. All Contractors are encouraged to visit the Armys Single Face to Industry website at http://www.fedbizops.gov/ to view other business opportunities across the Army. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government Contract Award. To register, the SAM Internet address is https://www.sam.gov Point of Contact Contract Specialist: Mr. Otse Adikhai 213-452-3248 Email your questions to US Army Engineer District, Los Angeles, at Otse.A.Adikhai@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-R-0042/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, AZ, Davis-Monthan, Arizona, United States
 
Record
SN04895907-W 20180422/180420230458-78892d693a6cfe2996b4aeb20ad210e7 (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.