Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2018 FBO #5888
MODIFICATION

Y -- FY16 F-35 Munitions Maintenance Facilities, Nellis AFB

Notice Date
1/4/2018
 
Notice Type
Modification/Amendment
 
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-18-R-0007
 
Archive Date
3/7/2018
 
Point of Contact
Jimmy L Barton, Phone: 2134523251, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil
(jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
To support the bed down of F-35A aircraft at Nellis AFB, NV, additions to two existing maintenance facilities will be constructed. Facilities selected for expansion include Missile Maintenance Facility, Building 10432 and Munitions Maintenance Facility, Building 10439. Building 10432 Missile Maintenance Facility The Missile Maintenance Facility is inside of the Base Munitions Storage Area perimeter. The building is located on a down-sloping site and will require fill to support construction of the bay addition and added vehicle access clearance. Expansion of Building 10432 will consist of adding a single 50' x 60' (nominal) bay at the west end of the structure. The expansion bay will attach to the existing reinforced concrete blast wall at the west side of the building and will include a new reinforced concrete blast wall at the west end of the new bay. The bay will be serviced by a single 2 ton overhead hoist providing full area coverage. The roofing over the bay will consist of a standing seam metal explosive venting system with restraining devices capable of releasing blast overpressure conditions in the event of an accidental explosion. Building 10439 Munitions Maintenance Facility The Munitions Maintenance Facility is inside of the Base Munitions Storage Perimeter. The building is located on an up- sloping site which will require cut to clear a level site for construction of the addition and added vehicle access. Expansion of Building 10439 will consist of adding two 30' x 50' (nominal) bays at the east side of the structure. Location of existing utilities precludes construction of the expansion bays adjacent to the existing building. Therefore, the new expansion bays will be separated from the existing building by approximately 17 feet. Since the new addition will be a separate structure apart from Building 10439, NAFB Facilities Management will assign a new building number 10440 for identification. The west bay of the Building 10440 will serve as a light duty maintenance bay and the east bay will serve munitions maintenance operations. Exterior walls of Building 10440 will consist of reinforced concrete masonry units while the bay separation wall will be reinforced concrete. The munitions maintenance bay will be provided with a 2 ton overhead hoist. Roofing at the light duty bay will be a standard structural standing seam metal system, with a restrained explosive venting standing seam metal roof system installed over the munitions maintenance bay. General Features Existing utilities serving the buildings will be upgraded as required and extended to the new Building 10432 addition and Building 10440. At Building 10439, existing service utilities will be extended to the new Building 10440 through an above-grade utility corridor spanning over the existing below-grade utilities routed parallel to the east side of Building 10439. Lightning Protection is a key activity for these projects and will require verification during construction and a Third Party approval of the completed system. THIS PROJECT IS RESTRICTED TO SMALL DISADVANTAGED BUSINESSES UNDER THE 8A PROGRAM WHO HAVE A BONA FIDE PLACE OF BUSINESS IN THE FOLLOWING GEOGRAPHICAL AREAS: SBA ROCKY MOUNTAINS REGION - SERVING COLORADO, MONTANA, NORTH DAKOTA, SOUTH DAKOTA, UTAH, AND WYOMING; SBA PACIFIC REGION SERVING ARIZONA, CALIFORNIA, GUAM, HAWAII, AND NEVADA. IT WILL BE A REQUEST FOR PROPOSAL (RFP), BEST VALUE LOWEST PRICE TECHNCIALLY ACCEPTABLE. The procurement method used will be a Design-Bid-Build best value lowest price technically acceptable. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. Those offers that are determined to be Technically Acceptable will then be evaluated based on the lowest price submitted. Plans and specifications will not be provided in paper copy. The solicitation, amendments and interested vendor's list for this solicitation will be posted on www.fbo.gov. Viewing/downloading documents from www.fbo.gov will require prior registration in System for Award Management (SAM) (www.sam.gov). 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 Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper 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. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The FSC Code is Y1CA. The estimated magnitude of the project is UNDER $5,000,000. The solicitation will be made available on or about 18 January 2018. The Government intends to issue this solicitation through the use of the Internet only. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Faxes or Paper) will be provided unless the Government determines that it is necessary. This Solicitation No. W912PL-18-R-0007, FY16 F-35 Munitions Maintenance at Nellis AFB, Las Vegas, Nevada and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FBO FREQUENTLY FOR ANY AMENDMENTS OR CHARGES 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-18-R-0007/listing.html)
 
Place of Performance
Address: Nellis AFB Nevada, Las Vegas, Nevada, United States
 
Record
SN04780978-W 20180106/180104230603-3ae61cb857f3fab77562b7eecd08e7bb (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.