Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOLICITATION NOTICE

Y -- Fuel System Maintenance Dock (Hangar)

Notice Date
1/4/2024 9:43:22 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
W9123624R2005
 
Response Due
1/19/2024 11:00:00 AM
 
Archive Date
02/03/2024
 
Point of Contact
Jack Bass, Nicholas Lizotte
 
E-Mail Address
Jack.B.Bass@usace.army.mil, nicholas.lizotte@usace.army.mil
(Jack.B.Bass@usace.army.mil, nicholas.lizotte@usace.army.mil)
 
Description
W9123624R2005 CONSTRUCTION OF THE Fuel System Maintenance Dock (Hangar) LANGLEY AIR FORCE BASE, HAMPTON, VA 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 Fuel System maintenance Dock (Hangar) at Langley Air Force Base, 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 $45.0M, 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 estimated price range of construction is between $10,000,000 and $25,000,000. Project Description:� The new Fuel System Maintenance Dock (Hangar) is a 26,749 SF hangar building that will accommodate two F-22A aircraft for safe concurrent maintenance activities while providing proper clearances throughout the facility. The adjoining administration, storage and utility spaces will provide proper support to the mission. The new facility is to provide a state of the art hangar and support facility with ample amounts of natural day lighting and acoustical design treatments counteracting its close proximity to the flight line. The facility will feature two F-22A maintenance work bays, sheltered in a high bay space, wrapped on three sides by a lower roofed structure for administration, support and utility spaces. The contract completion date will be 720 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 an RFP Best Value Trade-off process (FAR 15.101-1). �It is anticipated that the solicitation will contain the following evaluation factors: Past Performance Project Approach Small Business Participation Price Factor 1 will be considered more important than Factor 2, which will be considered more important than Factor 3.� Non-price Factors 1 � 3 will be considered approximately equal to Price Factor 4. The RFP and accompanying documents will be issued electronically and will be uploaded to sam.gov. Telephone calls or written requests for the RFP package will NOT be accepted. � Prospective offerors are responsible for monitoring 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. Preliminary copies of plans and specifications are attached to this notice for advance review purposes. The Government will not be accepting questions regarding the requirement until after the Solicitation is posted. The Government strongly encourages industry to review the attached Pre-Final Plans and Specifications prior to official solicitation release. Points of contact are the Contract Specialist Jack Bass at jack.b.bass@usace.army.mil and the Contracting Officer Nicholas Lizotte at nicholas.lizotte@usace.army.mil. Attachment 1: FSMD_Final Backcheck Submission_Drawings_22 Nov23 Attachment 2: FSMD_Final Backcheck Submission_Specs_22 Nov23
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f69205afada4907ac4f5828ceb03900/view)
 
Place of Performance
Address: Langley AFB, VA, USA
Country: USA
 
Record
SN06926834-F 20240106/240104230038 (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.