SOLICITATION NOTICE
Y -- F22 LOCRF
- Notice Date
- 12/1/2020 8:29:25 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123621R2023
- Response Due
- 12/15/2020 7:00:00 AM
- Archive Date
- 01/15/2021
- Point of Contact
- Tarik Booze, Phone: 7572017103, Fax: 7572017183, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
- E-Mail Address
-
tarik.a.booze@usace.army.mil, dianne.k.grimes@usace.army.mil
(tarik.a.booze@usace.army.mil, dianne.k.grimes@usace.army.mil)
- Description
- This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) acquisition for the construction of the F-22 Low Observable Component Repair Facility at Langley AFB, in Hampton, VA. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited unrestricted, with full and open competition. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction, with a Business Standard of $39.5M, and Product Service Code of Y1BZ � Construction Of Other Airfield Structures. In accordance with DFARS 236.204 - Disclosure of the magnitude of construction projects, the magnitude of construction is between $25,000,000 and $100,000,000. Project Description:� Construction of a 6,735-square-meter, four-bay high-bay (three low observable critical repair and one wash rack) Low Observable Component Repair Facility in support 38 additional F-22A aircraft from Tyndall Air Force Base (AFB), to Langley AFB in Hampton, VA, to provide adequate maintenance capacity. Construction includes a compacted fill above the 100-year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit facade, and a standing seam metal roof. The facility will provide all necessary spaces to house three corrosion control hangar bays, one wash rack hangar, shops, tools/support, staff administration, ready room, break room, restrooms/showers/lockers, and building systems support. Each hangar bay will be equipped with appropriate air filtration supply and return systems. The project includes all utilities, site improvements, pavements, detection protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable code and design guides. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria 1-200-1, General Building Requirements. Sustainable principles and life-cycle cost-effective practices will be integrated into the design, development and construction of the project in accordance with Unified Facilities Criteria 1-200-02. This project will comply with Department of Defense minimum anti-terrorism requirements in Unified Facilities Criteria 4-010-01. Air Conditioning: 300 Tons. Additionally, the three hangar bays will be used for corrosion control maintenance and one bay as a wash rack. The facility will provide fire protection and suppression systems, offices, male/female restrooms with showers and lockers, and electrical/mechanical/ telecommunications support rooms. Site utilities must provide sufficient electrical and communications service to meet F-22A in-bay power-up, data automation system and computerized diagnostic equipment requirements. The facility must provide a secure and climate-controlled space, in which to accomplish the specialized maintenance and repair procedures required for the F-22A�s state-of-the-art stealth mission technology. The contract completion date will be 730 calendar days after notice to proceed. Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project. The Government intends to award a firm fixed priced contract to the responsible offeror whose proposal 1) conforms to the terms of the RFP notice, 2) is determined fair and reasonable, and 3) offers the best overall value to the Government as determined through a RFP Best Value Trade-off process. �It is anticipated that the solicitation will contain the following evaluation factors: Specialized Experience Past Performance Small Business Participation Plan Price The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov on or about 15 December 2020. Telephone calls or written requests for the RFP package will NOT be accepted. � Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract. For inquiries about this notice, please contact Tarik Booze at tarik.a.booze@usace.army.mil, cc: Dianne Grimes at dianne.k.grimes@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d5edf19f18e742f48a1c16d22a0974aa/view)
- Record
- SN05863508-F 20201203/201201230138 (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 |