Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

Y -- HELO AMU/MX/Alert Shelter/Ops Facility, Minot Air Force Base (AFB), North Dakota

Notice Date
5/15/2020 1:20:24 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-20-R-0012
 
Response Due
6/29/2020 1:00:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Brian Finerty
 
E-Mail Address
brian.c.finerty@usace.army.mil
(brian.c.finerty@usace.army.mil)
 
Description
Pre-Solicitation Notice W9128F20R0012 Construct a HELO AMU/MX/Alert Shelter/Ops Facility, Minot Air Force Base (AFB), North Dakota On or about 29 June 2020, this office will issue Request for Proposal (RFP) to Construct a HELO AMU/MX/Alert Shelter/Ops Facility, Minot Air Force Base (AFB), North Dakota. �The solicitation will close on or about 13 August 2020. This solicitation is UNRESTRICTED. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. �Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program.� Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer. No site visit is scheduled for this project at this time. USACE will provide all interested parties �Virtual Site Access�. �The solicitation will include photographic attachments and drawings. If the situation changes, a site visit will be arranged, but it is not planned. � DO NOT submit requests for plans and specifications. See �Obtaining Solicitation Documents� below. Project Description (approx. quantities): Construct a new Aircraft Maintenance Unit (AMU), Aircraft Maintenance Shelter, Aircraft Alert Hangar, and Operations facility utilizing conventional design and construction methods to accommodate the mission of the facility. The facility will include concrete foundation, floor slab, structural steel frame with insulated metal walls, a free span pitched roof, and an emergency generator. Project will include fire suppression systems, all utilities, pavements, communications, site improvements to include new taxiways, runway, and helipads, associated airfield lighting and all support facilities to provide a complete a usable facility. Facilities will be designed as permanent construction in accordance with the Department of Defense 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 Department of Defense Antiterrorism/force protection requirements per UFC 4-010-01. The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 1,200 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $65,000,000 and $75,000,000. Bidders (Offerors): Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at https://beta.sam.gov/search?index=opp. Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp): 1. Use the �Keywords� search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Federal Organizations� (towards the middle of the page) or use the �Federal Organizations� search feature followed by the �Advanced Search� feature. 2. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches.� Sign In might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the �Attachments/Links� section of the solicitation. Please direct procurement questions to the Contracting Specialist, Brian Finerty via email at brian.c.finerty@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email. PHONE CALLS WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36a00fe418504511b0e8c40b0ef71f42/view)
 
Place of Performance
Address: Minot AFB, ND 58704, USA
Zip Code: 58704
Country: USA
 
Record
SN05659176-F 20200517/200516071015 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.