Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOURCES SOUGHT

Y -- KC-46A Two Bay General Purpose MX Hangar

Notice Date
8/21/2018
 
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 York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS18S0031
 
Archive Date
9/19/2018
 
Point of Contact
Monica Chahary, Phone: 9177908182, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA firms serviced by SBA New Jersey, New York, and Pennsylvania district offices, HUB Zone or Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be a Request For Proposal, Low Price Technically Acceptable (RFP-LPTA). The project cost is between $25 million to $100 million. SCOPE OF WORK: The construction of a new two-bay general purpose aircraft maintenance hangar 8,402 square meters (SM) to support the KC-46A bed down. One bay (plus shops) will be 5,269 SM; the other maintenance bay will be 3,133 SM. The two-bay hangar will have a concrete foundation wall & strip footings, steel reinforced spread footings & column bolts; reinforced slab on grade; structural steel, truss & column construction; metal siding with vinyl backed insulation, steel frame exterior windows & hollow metal solid exterior doors; steel & metal overhead doors; aircraft hangar doors; non-load bearing CMU partition walls; concrete load bearing walls; aluminum frame interior window; hollow metal, aluminum & glass interior doors; gypsum wallboard; paint; impervious floor & wall tile; fiberglass acoustical ceiling tiles; T-bar ceiling suspension system. Included will be a water fire pumping station/storage tanks; intrusion detection systems; & supporting facilities such as; pavements, utilities, site improvements & communication systems, HVAC, lighting, & power, fire detection/ reporting/ suppression. Interior communications systems, exterior communications service, and an EMC system. The project includes the demolition of two existing facilities on the site (Bldg 1801 & Bldg 1823). All work is next to the flightline where all FAA regulations will apply, lane access restrictions for vehicles and staging, crane height, etc. The project will be adjacent to another on-going KC-46A project for the Apron and Fuel Hydrants. Responses to this Sources Sought will be used by the Government for market analysis only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set-aside or full and open competition. This project is planned for advertisement in September 2018 and award on or about 30 March 2019. If qualified firms do not respond to this Sources Sought Notice, the project may be acquired under full and open competition. Contract duration is estimated at approximately 700 calendar days. The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. All interested businesses should notify this office in writing by mail or e-mail and provide a response to the questions below: (1)Prior Construction Performance - Submit a brief description two of (2) past performed projects, completed in the last seven (7) years (turned over to the customer), for a scope as follows (similar to a hangar design): the construction of a 50,000 square foot, structural steel, truss and column frame facility with concrete foundations and concrete foundation walls, some airfield pavement construction, a facility with a large span standing seam metal roof system, a large HVAC system, and a fire fighting foam system to extinguish a catastrophic fire event. (2)Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the physical work and indicate the type of work to be self-performed by the Prime Contractor. (3)Provide identification and verification of the company as an SBA certified firm by SBA New Jersey, PA or New York district offices, HUB Zone, Service-Disabled Veteran Owned Small Business, or Small Business for NAICS Code 236220. (4)Provide CAGE Code and DUNS Number. (5)The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above. The due date for responses is 04 September 2018, 02:00 PM EST. All interested businesses should submit their responses in writing by either mail or e-mail to the following: Monica Chahary, Contract Specialist CENAN-CT, Rm. 1843 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 E-MAIL: monica.c.chahary@usace.army.mil Submission by Fax is NOT permitted. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0031/listing.html)
 
Place of Performance
Address: Joint Base-McGuire/Dix/Lakehurst, Wrightstown, New Jersey, United States
 
Record
SN05048714-W 20180823/180821231548-e05d0cddae2c0f1ee892a63c7bc77fed (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.