Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

Y -- Moody AFB Personnel Recovery Hanger - W912HN20B3002

Notice Date
1/29/2020 10:28:12 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN19R3008
 
Archive Date
12/31/2020
 
Point of Contact
Daniel Helmig, Contract Specialist, Phone: 9126525162, Bruce A. Helms , Contracting Officer , Phone: 912-652-6147
 
E-Mail Address
Daniel.A.Helmig@usace.army.mil, BruceA.Helms@usace.army.mil
(Daniel.A.Helmig@usace.army.mil, BruceA.Helms@usace.army.mil)
 
Description
***All references to W912HN19R3008 are synonymous with W912HN20B3002. The solicitation, when posted, will be�numbered�W912HN20B3002.*** The U.S. Army Corps of Engineers, Savannah District requires a contract to provide construction of�a Personnel Recovery Hanger, at Moody AFB, Lowndes and Lanier County, North Georgia. PROJECT SCOPE: This project consists of the new construction of a 4-bay HH-60 helicopter maintenance hangar with supporting maintenance shop support space in the building. The project includes all necessary supporting site development for electrical, natural gas, water, sewer, communications, fire protection, parking apron access and circulation pavements. The proposed Personnel Recovery 4-Bay Hangar / HMU to be constructed at Moody AFB will house maintenance and phase maintenance functions for assigned helicopter assets. The facility will include a helicopter maintenance unit to serve as the main control point for all HMU and Phase Maintenance activities including administration, scheduling, training, briefing and aircraft equipment/tool storage. The HMU will include maintenance shops�that require off-aircraft actions and procedures. Administrative areas will house�staff. Space is required for test/support equipment and tools for all mission tasking. Equipment includes items such as aircraft test equipment, maintenance tools, mobility pallets, and Technical Order 1H60(H) G-21 aircraft equipment such as hoists, seats, spare fuel tanks and exhaust/inlet covers. The project includes demolition of the existing and replacement of above ground fire protection water storage and pumphouse. The site is in a zone for on-going airfield-related operations in associated existing facilities as well as the immediately adjacent active airfield. The hangar is approximately 63,000 square feet. PERIOD OF PERFORMANCE: The new construction must be completed within 720 calendar days of notice to proceed. Type of Contract and NAICS: The contract issued will be Firm Fixed Price, Design-Bid-Build Contract. North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction and the size standard is $39,500,000.00. TYPE OF SET-ASIDE: This solicitation is anticipated to be UNRESTRICTED. Procurement method is anticipated to be FAR 14 Sealed Bidding. CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the Magnitude of Construction of this project is between $25,000,000 and $100,000,000. ANTICIPATED SOLICITATION RELEASE DATE: This solicitation will be issued in electronic format only and will be available on or about February 21, 2020. Permitting has been secured.�Awaiting Authority to Advertise. � SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Contract Opportunites website, https://beta.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contract Opportunites website at https://beta.sam.gov.� Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall be valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/498fa5604fbd4c6986b9f2cf3722bef0/view)
 
Place of Performance
Address: Moody AFB, Valdosta, GA, USA
Country: USA
 
Record
SN05546462-F 20200131/200129230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.