Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOLICITATION NOTICE

Y -- FY 16 AMU/Aircraft Maintenance Hangar 4

Notice Date
12/17/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0010
 
Point of Contact
Sandra Oquita, Phone: 213 452-3249, Jimmy L Barton, Phone: 2134523251
 
E-Mail Address
sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil
(sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 May 2018 in preparation for the second F-35 squadron arrival in 2017. This new FY16 (DB) Squad Ops AMU and Hangar-4 D project will follow the Two Story Squad Ops AMU and Hangar concepts with developed F35 performance and specification requirements, plans, exterior and local base F35 aesthetic themes. The Hangar -4 was developed will include the Aircraft Cooling Units (ACUs) developed with "pop-up" ACUs from the hangar floor. The "pop-up" concept is considered the standard for Luke. The project provides for the design and construction of new operations, maintenance administration and 6-position maintenance hangar facility that is required to support the beddown of the Joint Strike Fighter (JSF) F-35 aircraft. The operations portion of the facility is required to support the operations squadron and contains space for flight planning, secure air crew briefing and debriefing areas and training and administration of the squadron. Space shall be provided for the storage, care, and issue of flight crew life support system equipment and personal space is required for changing into and out of flight clothing. This facility shall provide adequate area for maintenance, a tool crib, equipment issue area, secure storage area, equipment, and administrative spaces required to support the mission of the fourth squadron. The hanger provides for maintenance area for six (6) F-35 aircraft including engine pull space. Site work includes hangar access aprons, sidewalks, and parking lot reconfiguration. Utility runs are located in the proximity of the site and shall be brought to the new facility. Work will include a new electrical feeder with switch and switch gear and breakers, 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 will include specific F-35A-unique electrical receptacles at each aircraft position with associated power distribution system, install F-35A-unique aircraft cooling units (ACUs) and associated pop-up power and cooling infrastructure at each aircraft position, and hangar lighting. Bid Options include the following: a. Compressed Air Distribution System, b. Aircraft Cooling Units, Air Distribution Piping & Flexible Hoses, c. 5-Coat Epoxy Hangar Bay Flooring System. d. PA and AV Systems, e. Enhanced Commissioning. The project is adjacent to active airfield and ramp operations with unique safety and constructability concerns to include governing air field and FAA compliance or processes. Project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria. The project(s) will include intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Minimum critical capabilities required include specialized fire protection, DoD/Air Force or Army airfield pavement expertise, Airfield construction, Special Access Program Facility (SAPF) security specifications and LEED Silver certification. 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 approximately 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 $25,000,000.00 and $100,000,000.00. Qualification requirements for Phase I submittal will be available on or about 5 January 2016 with submittals due on or about 5 February 2016; Phase II solicitation documents will be available on or about 4 April 2016 with proposals due on or about 3 May 2016. Solicitation W912PL-16-R-0010 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-16-R-0010/listing.html)
 
Place of Performance
Address: Luke AFB Arizona, Phoenix, Arizona, United States
 
Record
SN03971982-W 20151219/151217234534-bea7a61797ae4833162125c2dfb0b615 (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.