Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922

Y -- C-130 CORROSION CONTROL FACILITY, USAF, HILL AIR FORCE BASE, UTAH SOL DACA05-00-R-0018 DUE 070700 POC Thomas Hart (916) 557-5208 WEB: Click here to enter the necessary information to be, http://ebs.spk.usace.army.mil/. PLEASE NOTE: THIS SOLICITATION NOTICE IS HEREBY CORRECTED: PROJECT TITLE: C-130 CORROSION CONTROL FACILITY, USAF, HILL AIR FORCE BASE, UTAH. JOB DESCRIPTION: Design and Construct a New Three-Bay C-130 Corrosion Control Facility of approximately 6,900 M2, located near the flight line at Hill Air Force Base, Utah. The facility's primary function will be to provide an environmentally safe facility to perform depot-level corrosion control on C-130 and smaller aircraft. The facility will support the periodic depot maintenance as well as the annual recurring drop-in C-130 aircraft and includes a bay each for de-painting (stripping), washing, and painting. The project will meet the criteria/scope specified in the Air Force Handbook 32-1084. The structure will be permanent construction. The clear height inside the bays will be measured to 3,050 mm above the top of tail on the C-130 aircraft. Aircraft access between the existing airfield pavement and the new facility along with adequate aircraft maneuvering/parking pavement will be provided. Project includes demolition of Building 271, relocation of overhead steam lines and pneumatic lines, excavation, site work, access and area paving, HVAC, fire protection (including AFFF), EMCS, all production equipment, worker maneuvering platform equipment, ventilation equipment, and all necessary features (interior and exterior) to yield a complete and useable facility for its extended use. The project may include the installation of a sub-station transformer and related features. The project is located on and adjacent to the airfield -- - access is controlled and airfield safety requirements will be in effect. All electronic systems designed and installed must be Year-2000 and beyond, compliant. The project will be a two-phase design-build project. Phase-1 is the pre-selection phase, resulting in the selection of three Offerors (this does not include the submission of a cost proposal). Only these Offerors will be allowed to continue to the Phase-2 process. Past performance on projects of similar nature (similar or greater complexity, cost, scope, and technical sophistication) will be a major consideration in selection of the three firms. Phase-2 is the technical and price phase where the Offers develop and submit the project definition design (equivalent to 10% of the design effort) for the project along with a cost proposal. The Offeror chosen will complete the design and construct the facility. The acquisition method is negotiated procurement. Evaluation by the Government will result in selection of a firm that represents the best advantage to the Government. The procurrement will be conducted under SIC CODE NUMBER: 1542. The size standard for this SIC CODE is $17,000,000.00. A Stipend Program will be made available to the two unsuccessful proposers, at an equal rate of payment of not to exceed $50,000.00. Participation in the Stipend Program will result in Government ownership of the Phase-2 Proposal and related design solutions. The Design-Build Contractor will be required to perform a geotechnical investigation yielding a geotechnical report that will be used as a basis for design. Likewise, the Design-Build Contractor will be required to perform a topographical survey; also a basis for design. Following selection, the contract will proceed as follows: The design and construction will be phased with pre-selected aspects of the design being completed with Government review/comment before the related construction begins. Therefore, after construction begins, both design and construction will be occurring simultaneously untill all design is completed. ORDERING SPECIFICATIONS AND PLANS: Plans and Specifications must be ordered by the CUT OFF DATE of May 25, 2000. Plans and Specifications can only be ordered electronically by accessing Internet Address http://ebs.spk.usace.army.mil/ Please complete the requested information to avoid a delay in your order. Orders received beyond the CUT OFF DATE of May 25, 2000, will not be honored. Plans and Specifications will be mailed out on or about June 1, 2000. Because a limited number of sets will be produced, copies are limited to one set per firm. All responsible sources may submit a Bid or Proposal, which will be considered by the Agency. See Note 26 (See Commerce Business Daily, Monday Edition). For a listing of all Sacramento District Projects, see Contracting Division's Internet Home Page at http://ebs.spk.usace.army.mil/ All potential Contractors must be registered with the Central Contractor Registration (CCR) Data Base, effective May 31, 1998. For instructions on registering with the CCR, please see our Web Page. Posted 05/12/00 (W-SN454357). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0093 20000516\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page