SOLICITATION NOTICE
Y -- F-35C Hangar 6 Phase 2 at NAS Lemoore, CA
- Notice Date
- 8/7/2020 10:49:59 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N62473-20-R-0069
- Response Due
- 8/22/2020 10:00:00 AM
- Archive Date
- 09/06/2020
- Point of Contact
- CRYSTAL IRVIN, Phone: 6195324239
- E-Mail Address
-
crystal.irvin@navy.mil
(crystal.irvin@navy.mil)
- Description
- PROJECT DESCRIPTION: Constructs a two-module two-story Type 1 aircraft maintenance hangar addition to existing Hangar 6 in support of F-35C Joint Strike Fighter fleet operational squadrons. The hangar will be constructed with reinforced concrete masonry unit, structural steel frames, metal deck, combination of steep slope standing seam metal roof and low slope built-up roof, and pile foundation. The facility will include high bay (0H) space; shops and maintenance (01) space; and operations, training, and administrative (02) space. Constructs aircraft parking apron and marshalling area, access apron and shoulders, taxiway connections and associated apron lighting. Constructs Alternate Mission Equipment operational storage for storage of the F-35 armament. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. User Generated Unit Cost is used for specific AT/FP features are included in the unit costs. Built-in equipment includes aircraft service stations/kiosks on the apron and in the hangar spaces, aircraft cooling air system, airfield munition lockers, one passenger/freight elevator, bridge crane (5-ton), two emergency generators and fire suppression storage tanks. Special costs include Post Construction Contract Award Services (PCAS) and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals, administrative actions and compliance with the Department of the Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. Special costs also include geospatial survey and mapping, third party commissioning, temporary concrete batch plant, Special Access Program Facility area and Secret Internet Protocol Router Network and temporary facilities. Operations and Maintenance Support Information (OMSI) is included in this project. DoD and DON principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.� Special construction features includes liquid oxygen storage and a wash rack support control building. Site preparation includes site clearing, earthwork and contaminated soil removal. Special foundation features include pile foundation. Paving and site improvements include parking facilities, pedestrian features, landscaping, stormwater infiltration system and proper undergrounding of existing draining on the site. Electrical utilities include primary and secondary distribution systems, unit substations, aircraft protection equipment shelters, electrical utility line, exterior lighting and telecommunications infrastructure. Mechanical utilities include water lines, storm water lines, sanitary sewer lines, gas lines and fire protection systems. Fuel systems include JP5 fuel lines and hot pit refueling skids. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0cf5f867d7644e3b09734b7dacaa045/view)
- Place of Performance
- Address: Lemoore, CA, USA
- Country: USA
- Country: USA
- Record
- SN05749432-F 20200809/200807230140 (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 |