Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
SOURCES SOUGHT

Y -- Construction Services for Aircraft Facility Renovations, Vermont Air National Guard, located at Burlington Air National Guard Base, South Burlington, VT

Notice Date
1/26/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-18-X-0019
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Renovation of Five Existing Aircraft Support Facilities at the Burlington Air National Guard Base located in South Burlington, VT. This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 236220. The project is scheduled to be issued on or about July 8, 2018. The construction will likely start in the fall of 2018 and is expected to take about 15 months to complete. The estimated construction cost is estimated between $10,000,000 - $40,000,000.00 (this includes the cost for all five buildings). The Government is considering either 1) consolidating all described work into one procurement package or 2) splitting the project into two separate procurements (one for the three aircraft shelters; one for the two maintenance buildings) based upon the results of the market research. Please describe how consolidating all five buildings into one project will affect the offeror's ability to do the work, either positively or negatively. The Contractor shall provide all supervision, plant, labor, materials, tools and equipment, to carry out all work and operations as necessary. The work involves five aircraft support facilities which include three aircraft shelter buildings, one corrosion control facility, and one weapons facility. All of these buildings are existing and currently support F16 Fighting Falcon operations. They are being renovated in order to support current F16 and future F35 Joint Strike Fighter missions. Construction generally includes, but is not limited to, the following elements: • 4 Bay, 8 position Aircraft Shelter Building o Adding eight vertical lift fabric hangar doors o New rigid insulation/EPDM roof o Add Pre-Conditioned Air units mounted on roof top and providing pre-conditioned air to each aircraft position o New insulated metal wall panels o Add roof fall protection anchor point(s) o Add concrete foundation o Add steel superstructure o New natural gas underground piping and radiant heat o Add compressed air system o New electrical service o Add lightning protection system o Modification of low level high expansion foam fire suppression system • 1 Bay, 1 position Aircraft Shelter Building o Add Pre-Conditioned Air unit mounted on roof top, providing pre-conditioned air to each aircraft position o Add roof access ladder o Add roof fall protection anchor point(s) o Add compressed air system o Modified electrical service • 1 Bay, 1 position Aircraft Alert Shelter o Add Pre-Conditioned Air unit mounted on roof top, providing pre-conditioned air to each aircraft position o Add roof access ladder o Add roof fall protection anchor point(s) o Add compressed air system o New rigid insulation/EPDM roof o New insulated metal wall panels o New water supply for humidification system o New natural gas piping and building heat o Modified electrical service • Corrosion Control, Propulsion Maintenance, Inspection, and Maintenance Building o Primarily interior renovations to reconfigure spaces for new aircraft support requirements o Shop area wall/stair/ramp reconfigurations o Common area (classroom, ready room, kitchenette, toilet/shower rooms) alterations o Minor exterior wall demolition to enlarge overhead doors o New exterior window and personnel doors o New EPDM roof system • Weapons System Maintenance Building o Primarily interior renovations to reconfigure spaces for new aircraft support requirements o New toilet/locker/shower area o New office suites o New break room o New ready room, computer room, and classroom o New electrical rooms o New interior roof access ladder o New exterior doors, frames, and windows o New insulated metal wall panels and CMU veneer wainscot o New standing seam metal roof o Reconditioned vertical lift fabric doors o Demolition and relocation of some exterior canopies All work shall be completed in accordance with all federal, state, and local laws and regulations. Interested firms should submit a capabilities package to include their business classification (i.e. small business); qualifications and experience with performing projects of similar size, nature and complexity. Please indicate what qualifications, certifications, or past experience uniquely qualifies the offeror's firm to perform the above described work. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last ten years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Proof of bonding capability is required. Responses are limited to twenty-five pages. Responses are due February 16, 2018. Responses should be addressed to Alysha MacDonald and sent to Alysha.MacDonald@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-18-X-0019/listing.html)
 
Record
SN04801256-W 20180128/180126231033-092ce95593270d74a23d4d3fc13e8a53 (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.