The RFP Database
New business relationships start here

DESIGN-BUILD JOINT SIMULATION ENVIRONMENT (JSE) FACILITY, NELLIS AFB, NV


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Design and Construct an approximately 50,967 square foot single story Joint Simulation Environment Facility at Nellis AFB, NV. The new facility will be Type IIB.
Materials and finishes will take cues from the adjacent buildings and comply with the Nellis & Creech AFBs Installation Facility Standards (IFS). Work will include reinforced concrete foundation and floor slab, structural steel frames, split-face masonry unit walls, standing metal seam roofing system with parapet, sensitive compartmentalized information facilities (SCIF), special access program facilities (SAPF), fire detection and protection system, utilities, emergency generator, communication support, pavements and all other necessary support. Facility will be designed as permanent construction in accordance with DoD Unified Facilities Criteria 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.

In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction.The solicitation will be available on or about 23 October 2019 with proposals due on or about 5 December 2019.

The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value "Tradeoff" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive.

Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on www.fbo.gov.

Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package.

It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard 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.

All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process.

Jimmy L Barton, Contract Specialist, Phone 2134523251, Email jimmy.l.barton@usace.army.mil - Sandra Oquita, Contract Specialist, Phone 213-452-3249, Email Sandra.Oquita@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP