SOLICITATION NOTICE
Y -- FY24 MCAF PAF180500 BOMBER APRON, ROYAL AUSTRALIAN AIR FORCE BASE TINDAL, AUSTRALIA
- Notice Date
- 5/8/2023 5:47:12 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274223R1302
- Response Due
- 8/2/2023 5:00:00 PM
- Point of Contact
- Adele Murakami, Phone: 8084711887
- E-Mail Address
-
adele.m.murakami.civ@us.navy.mil
(adele.m.murakami.civ@us.navy.mil)
- Description
- The work for this project will construct (design-bid-build) an apron that will provide parking for six Code E aircraft to support aircraft participating in training exercises at the Royal Australia Air Force (RAAF) Base Tindal, Australia. The project scope includes demolition, construction of a new apron for six Code E aircraft to be parked, construction associated with ground fuel infrastructure, six refueling points, apron stormwater collection and treatment, apron floodlighting, aeronautical ground lighting (AGL) including Movement Area Guidance Signs (MAGS) to the new apron. Civil works include excavation in PFAS impacted soil.� The magnitude of this project is estimated between $25,000,000 and $100,000,000.� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237310 AND AVERAGE ANNUAL RECEIPTS IS $45 MILLION OVER THE PAST THREE YEARS.� THIS PROCUREMENT IS UNRESTRICTED.� The contract completion period is anticipated to be 1095 calendar days. This is a source selection procurement requiring the submission of both technical and price proposals. Proposals submitted in response to this solicitation shall be in the English language and in U.S. dollars. The contract resulting from this solicitation will be awarded to that responsible Offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals (within the funds available) meeting the acceptability standards for the technical evaluation factors. �The technical factors are as follows: (1) Experience, (2) Past Performance, (3) Safety, and (4) Management Plan. �For evaluation of experience and past performance, a relevant construction project is defined as: New construction of Airfield Portland Cement Concrete (PCC) Pavement: New airfield (aircraft runway, taxiway, or apron) PCC pavement of at least 10,000 square meters with a minimum concrete thickness of 300 mm. Flexible pavement construction will not be considered when evaluating experience in Airfield PCC Pavements. Only pavement of aircraft runways, taxiways, or aprons will be considered. Projects submitted to demonstrate Airfield PCC Pavements will only be considered if the work was performed by the specific entity proposed for Airfield PCC pavements. Construction shall be completed or substantially completed within the last ten (10) years of the date of issuance of this RFP. Substantially complete means at least 90% physically complete. New construction of Airfield Asphalt Concrete (AC) Pavement: New airfield (aircraft apron, taxiway, shoulders, or runway) AC pavement of at least 10,000 square meters with a minimum asphalt concrete thickness of 50 mm. Airfield PCC pavement construction will not be considered when evaluating experience in Airfield AC Pavements. Only pavement of aircraft apron, taxiway, shoulders, or runway will be considered. Projects submitted to demonstrate Airfield AC Pavements will only be considered if the work was performed by the specific entity proposed for Airfield AC Pavements. Construction shall be completed or substantially completed within the last ten (10) years of the date of issuance of this RFP. Substantially complete means at least 90% physically complete. The Request for Proposal (RFP) will be available on or around 23 May 2023.� Printed copies of The RFP will not be issued.� The RFP, including the specifications and drawings, can be accessed via the System for Award Management (SAM) website at https://sam.gov/.� Contractors must register at the SAM website to obtain access to the RFP.� Registration instructions can be found on the SAM website.� Amendments will also be posted at https://sam.gov/.� It is highly recommended that firms register on the SAM website as this will be the only plan holder�s list available.� It is the offeror�s responsibility to check the SAM website periodically for any amendments to the solicitation. A one-time pre-proposal site visit has been scheduled for 28 June 2023, 10:30 a.m. Australia Central Standard Time (ACST).� PLEASE NOTE:� THIS WILL BE DURING THE BUSY TOURIST SEASON SO ATTENDEES SHOULD PLAN ACCORDINGLY FOR TRAVEL AND LODGING ACCOMMODATIONS.� The pre-proposal site visit is to provide offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered.� The maximum number of attendees is two (2) persons from each Company.� Company attendees interested in this site visit should email the applicable forms located in the RFP to Adele Murakami, Contract Specialist, at adele.m.murakami.civ@us.navy.mil.� The Government requests submission of this information at the earliest convenience but no later than 6 June 2023 at 2:00 p.m. HST (NO EXCEPTIONS).� Attendees should bring an umbrella and use 4WD vehicles on this Site Visit due to possible weather conditions.� Document 00 21 16 of the RFP will provide additional detailed information regarding this site visit.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14c75547599a41de97474696a0d396bd/view)
- Place of Performance
- Address: AUS
- Country: AUS
- Country: AUS
- Record
- SN06674886-F 20230510/230509121205 (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 |