AWARD
Y -- FY15 F-35 Aircraft Maintenance Hangar Squadron 2, Luke Air Force Base, Arizona
- Notice Date
- 8/19/2015
- Notice Type
- Award Notice
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-R-0001
- Response Due
- 3/9/2015 2:00:00 PM
- Archive Date
- 9/18/2015
- Point of Contact
- Tracey Daggy, (213) 452-3239
- E-Mail Address
-
USACE District, Los Angeles
(tracey.i.daggy@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PL-15-C-0015
- Award Date
- 8/19/2015
- Awardee
- KORTE CONSTRUCTION COMPANY (081639411) <br> 5700 OAKLAND AVE STE 275 <br> SAINT LOUIS, MO 63110
- Award Amount
- $10,090,000.00
- Line Number
- 0001-0004
- Description
- This is a design-build project to support the Joint Strike Fighter (JSF) F-35A aircraft new mission bed down at Luke Air Force Base, Arizona. The facility is required to be operational no later than June 2017 in preparation for the second F-35 squadron arrival in 2017. The project provides for the design and construction of the FY15 F-35 Four (4) Bay Aircraft Maintenance Hangar Facility (Squadron-2), Luke Air Force Base, Arizona. The Facility will consist of the following: construction of a 1,692 SM (18,216 SF) four (4) bay F-35 aircraft maintenance Hangar. Work will include a new electrical feeder with switch and breaker at substation, High Expansive Foam (HEF) fire suppression system in a facility using a steel-framed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof. Work also includes F-35A-unique electrical receptacles at each aircraft position with associated power distribution system, install aircraft cooling units (ACUs) and associated pop-up power and cooling infrastructure at each aircraft position, fall arrest system, and hangar lighting. Demolition of existing AMU buildings 495, 497 and 499 will be required to provide a clear site. Project will comply with DoD Force Protection Requirements per the Unified Facilities Criteria. Project will also comply with Intrusion Detection System (IDS) and Special Access Program Facility (SAPF) requirements. Project will be required to be LEED Silver Certified. An Aircraft Maintenance Hangar is required to support the beddown of the Joint Strike Fighter (JSF) F-35A aircraft. Flightline maintenance is semi-autonomous and responsible for the launch, service, on-equipment repair, inspection and recovery of primary mission aircraft. The hangar will provide 4 spaces for unscheduled maintenance, maintenance area for unscheduled aircraft maintenance, latrines and mechanical equipment room required to support the aircraft and mission of the squadron. THIS PROJECT IS AN UNRESTRICTED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using Best Value Trade Off Two-Phase procedures resulting in a firm fixed-price contract. The solicitation will be advertised in accordance with FAR 36.3 entitled Two Phase Design-Build Selection Procedures. There will be a Phase I evaluation process to establish a competitive range. The evaluation of the Phase I will be of the Offerors' Experience on Similar Design-Build and Design-Bid-Build Contracts, Past Performance on similar contracts, Project Management Plan and Corporate Management Structure. After evaluating Phase I proposals, the maximum number of offerors that will be selected to submit Phase II proposals will be five (5) of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals using Phase II evaluation factors which will be provided by amendment to the original RFP. There will be one pricing schedule for this project with a Performance Period of 600 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $10,000,000.00 and $25,000,000.00. Qualification requirements for Phase I submittal will be available on or about 5 January 2015 with submittals due on or about 5 February 2015; Phase II solicitation documents will be available on or about 16 March 2015 with proposals due on or about 15 April 2015. Solicitation W912PL-15-R-0001 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-R-0001/listing.html)
- Record
- SN03845032-W 20150821/150819235011-e25f4773e467c2a8728fb7d87906d154 (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 |