Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2007 FBO #1914
SOLICITATION NOTICE

Y -- FY07 AIRCRAFT MAINTENANCE HANGAR PHASE I AND FY08 AIRCRAFT MAINTENANCE HANGAR PHASE II, MCAS, NEW RIVER, NORTH CAROLINA

Notice Date
2/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd. Bldg A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-1906
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Description
This is a Design Build Best Value Source Selection solicitation to provide the following: FY07 P526 A/C Maintenance Hangar Phase I Construct a multi-story aircraft maintenance hangar to provide hangar bay, shop space, flight line operations, and maintenance functions in support of the V-22 aircraft squadrons. Construction will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof and will include a multi-story crew/equipment/admin area at the rear of the hangar bay. Roof will be a standing seam metal roof over rigid insulation on steel roof deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will be metal siding on the hangar bays and concrete masonry on the operations/admin area, with thermally efficient windows and doors. Ground floor will be slab on grade with embedded grounding grid, floor drainage system, and oil/water separator in the hangar bays. Sustainable features will be included in the design, development, and construction of this project in accordance with Executive Order 13123 and other laws and executive orders. Electrical systems include fire protection (sprinkler and AFFF), mechanical/electrical support systems, and telephone system with intercom/PA. Built-in equipment includes a freight elevator and 5 ton bridge crane. Site improvements include POV parking and landscaping. Mechanical systems include steam/hot water converter and HVAC system for Admin spaces and selected maintenance areas. Supporting facilities include an aircraft parking apron with edge lighting, aircraft wash aprons, vehicle parking, flammable storage, security fencing and lighting, communication lines for NALCOMIS and Weather vision systems, foundation piling, access roadways, water supply line, sanitary sewer lines, and underground electrical service. Pile foundations are also needed for construction. Demolition includes hangar AS504. FY08 P651 A/C Maintenance Hangar Phase II Construct a multi-story aircraft maintenance hangar addition, to provide hangar bay, shop space, flight line operations, and maintenance functions in support of the V-22 aircraft squadrons. The hangar addition will join the existing aircraft parking apron, and will include a multi-story crew/equipment/admin area at the rear of the hangar bay. Primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof. Roof will be a standing seam metal roof over rigid insulation on steel deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will be metal siding on the hangar bay and concrete masonry on the operations/admin area, with thermally efficient windows and doors. Ground floor will be slab on grade with embedded grounding grid and floor drainage system in the hangar bay. Sustainable features will be included in the design, development, and construction of this project in accordance with Executive Order 13123 and other laws and executive orders. Electrical systems will include fire protection (fire pump, sprinkler and AFFF), electrical distribution, lighting, and communication features to include NALCOMIS and weather vision systems. Mechanical utilities include water, sewer, gas distribution, air conditioning, and connection to existing oil water separator. Site preparations include excavation, grading, pavement, access roadway, and storm water removal. Site improvements include new aircraft paving, flightline fencing and POV parking. Built-in equipment includes a freight elevator and a 5 ton bridge crane. Pile foundations are also needed for construction. Demolition of existing aircraft paving in construction area is included. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the plans and specifications. The approximate Solicitation Release Date is 7 March 2007. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. Technical inquiries shall be faxed to 757-322-8285, Attention: Sharon A. Taylor, Code OPNCAQ or email at sharon.taylor@navy.mil. The contract to budget amount is $32,000,000. The North American Industry Classification System (NAICS) Code for this project is 236210 with a Size Standard of $31,000,000. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract.
 
Place of Performance
Address: MARINE CORPS AIR STATION, NEW RIVER, NORTH CAROLINA
Zip Code: 28547-2521
Country: UNITED STATES
 
Record
SN01235323-W 20070222/070220222840 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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