Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

Z -- EIE423, Renovate Nose Dock 1 Hangar on Eielson AFB, Alaska

Notice Date
5/17/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB18R0025
 
Point of Contact
Robert Norris, Phone: 9077535592, Theresa M Afrank, Phone: 907-753-2739
 
E-Mail Address
robert.l.norris@usace.army.mil, theresa.m.afrank@usace.army.mil
(robert.l.norris@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
CONTRACT INFORMATION: This is a pre-solicitation notice for a design-bid-build Request for Proposal (RFP) to Renovate Nose Dock 1 Hangar on Eielson AFB, Alaska (EIE423). This acquisition will be advertised as a Total 8(a) Competitive Set-aside. The contract cost magnitude for contract award is approximately $5,000,000 to $10,000,000. The resulting contract will be firm-fixed priced. The procurement will be conducted using one-step 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 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. NAICS Code of Acquisition: 236220. The Small Business size standard is $36,500,000. Anticipated NTP: August 2018 with a 300 calendar day period of performance; the Davis Bacon Act will apply. SECTION 8(a) INFORMATION: SBA Requirement Number: 1084/18/801270 It has been determined that competition is limited or restricted geographically to the servicing area of the SBA Alaska District Office. All 8(a) certified firms serviced by the SBA Alaska District Office and all 8(a) certified firms with a bona fide place of business located in the servicing area of the Alaska District Office are deemed eligible to submit offers. In addition, it has been determined that competition will not be restricted by stage (transitional or developmental) of a firm's 8(a) program participation. Joint Ventures are allowable on competitive 8(a) set-asides. SBA must receive the joint venture agreement and all supporting documentation no less than twenty (20) working days prior to the scheduled date for contract award which is anticipated 13 August 2018. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) in writing as soon as possible. The joint venture must be approved by SBA prior to contract award. PROJECT INFORMATION: EIE423 will include the Renovation of Nose Dock 1 Hangar utilizing conventional construction methods to accommodate the mission of the facility. The work includes the removal of all existing exterior bolt-on metal siding and insulation in the building envelope and replace with new energy efficient insulation and siding. Add insulation to existing hangar doors. Upgrade building structural system to include installing structural columns and trusses. Replace all old windows with newer, more energy efficient windows. Replace all old roll-up and man-doors with newer, more energy efficient doors. Install new offices beneath one of the existing mezzanines, adding a third floor. Renovate existing office/living space and associated fixtures in existing mezzanines to bring up to a more "live-able" standard. This will include the addition of a break room in the mezzanine living space. Repair one corroded exterior stairwell and stairwell enclosure. Repair hangar door operating systems. Hazardous material removal of asbestos, lead paint, and contaminated soil as needed. Replace unit heaters and install new thermal equalizers in hanger to reduce heat loss through roof. Replace electrical system components, with the exception of: panel boards, lights and outlets in the locker room and bathrooms, fire pump power system, and 400 Hz aircraft power system. Replace all old lights with newer, more energy efficient lights. Replace glycol apron heating system. Upgrade by replacement one corroded exterior stairwell and stairwell enclosure to include heating of enclosure. Install 2 14ft by 50ft concrete pads for tugs to operate on while towing in helicopters. Install 3 canopies (10ft by 12ft) to go over tug pull-through pads to protect tugs and personnel from snow and falling ice, and one other canopy (5ft by 5ft) over door entrance. Add sidewalk (585sq ft) on North side of building. The facility will be designed as permanent construction in accordance with the DoD 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 anti-terrorism/force protection requirements per UFC 4 010 01 at Eielson AFB, Alaska (EIE423). SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment); Factor 3 - Proposed Contract Duration and Summary Schedule; and Factor 4 - Key Subcontractors 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 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 all non-price factors described in the RFP, and price. The contract award may not exceed the funds available for the project; the intent of the solicitation is to obtain the best value proposal within the contract cost magnitude identified in Section 00 21 00 for this project. 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 01 June 2018, at the Federal Business Opportunities website at https://www.fbo.gov/. Enter the solicitation number (W911KB18R0025) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB18R0025/listing.html)
 
Place of Performance
Address: Eielson AFB Alaska, United States
 
Record
SN04926106-W 20180519/180517230843-7fa988aef28ca83138020137ba3000fc (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.