SOLICITATION NOTICE
Y -- Maintain/Repair/Add HH60 Maintenance Hangar, B751, Patrick AFB, Florida
- Notice Date
- 12/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-R-0014
- Archive Date
- 2/2/2018
- Point of Contact
- Justin Bennett, Phone: 5023156203
- E-Mail Address
-
justin.k.bennett@usace.army.mil
(justin.k.bennett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design/Build Request for Proposal (RFP) for the design and renovation of a 47,000 square foot facility (Bldg. 751) at Patrick AFB, FL. Hangar 751 is a 1940s era maintenance hangar that houses the 920 Maintenance Group, 920 Aircraft Squadron, and 920 Maintenance Squadron. The building systems, to include electrical, mechanical, and fire protection all need to be upgraded in order to meet mission necessities, health, life and safety requirements as they have exceeded their life expectancy. The project includes the resurfacing of the hangar concrete floor surface, the repair of hangar doors and their components. This project includes elements of minor construction to provide central HVAC to the office area, install approximately 25,000 square feet of bird netting in the hangar bay just below the structural steel roof truss system and provide site preparation and utilities for temporary facilities. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This will be a two-phase Design/Build procurement process. Potential offerors are invited to submit their Prime Contractor and Designer of Record Past Performance, technical approach, and capability information as will be described in Section 00116 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Technical Approach. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00118 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical (Design Drawings and Design Narrative), Management Plan, Schedule, Small Business Participation Plan, and Price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-R-0014/listing.html)
- Place of Performance
- Address: Patrick AFB, Florida, United States
- Record
- SN04770713-W 20171221/171219231035-6a3092c7e6ce1abb8f4183fbe6d32e9f (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 |