SOLICITATION NOTICE
Y -- FY 16 F35 Aircraft Maintenance Unit Hangar 3
- Notice Date
- 2/10/2016
- 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-0025
- Archive Date
- 4/27/2016
- Point of Contact
- Otse Adikhai, Phone: 2134523248, Sandra Oquita, Phone: 213 452-3249
- E-Mail Address
-
Otse.A.Adikhai@usace.army.mil, sandra.oquita@usace.army.mil
(Otse.A.Adikhai@usace.army.mil, sandra.oquita@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. F-35A Aircraft Maintenance Hangar (Squadron 3) Description: Construct a 6 bay Aircraft Maintenance Hangar. Work will include a 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 F-35A-unique electrical receptacles at each aircraft position with associated power distribution system, aircraft cooling units (ACUs) at each aircraft position with associated pop-up power and cooling infrastructure, and hangar lighting. Partially demolish one facility (871 SM). Reroute storm drain lines that cross the project site. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. Minimum critical capabilities required include specialized fire protection, DoD/Air Force or Army airfield pavement expertise, Airfield construction, 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 One-Phase procedures resulting in a firm fixed-price contract. The solicitation will be advertised in accordance with FAR 36.3 entitled One Phase Design-Build Selection Procedures. Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. Price will be subjectively evaluated considering Best Value and Realism. Price will be approximately equal to all other factors. A subcontracting plan will be required for large business firms, but is not part of the technical evaluation. 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 will be available on or about 25 February 2016 with submittals due on or about 12 April 2016. Solicitation W912PL-16-R-0025 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-0025/listing.html)
- Place of Performance
- Address: 14185 Falcon St., Luke AFB, Arizona, 85309, United States
- Zip Code: 85309
- Zip Code: 85309
- Record
- SN04016044-W 20160212/160210234228-f91a3f496801c6f97850a998bd289e1e (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 |