Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOURCES SOUGHT

Y -- D-B A New Seven (7) Dock, Medium Bay F-22 Aircraft Maintenance Hangar

Notice Date
8/7/2008
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-S-8219
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
Connie L Newell, 916-557-5229
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. United States Army Corps of Engineers Sacramento District, 1325 J Street, Rm 814, Sacramento, CA 95814-2922 D-B of a new seven (7) dock, medium bay F-22 aircraft maintenance hanger, to be combined with an aircraft component production area and administrative support core (1,050 SM Administration, 1,083 SM Maintenance Shop, 1,807 SM Production Area, 5,840 SM Maintenance Docks totaling 9,780 SM for the new Primary Facility). Supporting systems extend to airfield pavements (93,642 SM Ramp/Taxiway) and Fuel/Defuel/Purge pad (1,110 SM). This complex will maintain/repair/modify F-22 fighter aircraft, to meet current and evolving maintenance demands. The facility will have a reinforced concrete foundation/footings/floor slab, structural steel frame, insulated panel walls, and insulated roof (standing seam metal?). Scope for the facility will likely include; open maintenance/repair bays (possibly with overhead support cranes), specialized work shops and admin space (offices, break/meeting/locker rooms, tool crib/equipment/material storage, composite fabrication areas, aerosystems component maintenance/replacement area and mech/elect rooms). Project/site work also extends to a new detached, steel reinforced concrete fuel/de-fuel & purge pad able to accommodate two full size F-22 aircraft, side by side. The project includes development of design deliverables for review (2 submittals for a Preliminary and Final, plus back check processes), sustainable design (in compliance with Executive Order 13423 and other applicable laws/Executive Orders), anti-terrorism/force protection (will be met by compliance with the RFP requirements), design deliverables for construction, grading, relocation/protection of utilities, utility service, site improvements, connections/runs, fire-protection/life safety systems, handicapped accessibility, EMCS, HVAC, plumbing, mechanical systems, interior utilities, interior/exterior finishes, exterior lighting, pavements, signage, and all necessary features (interior and exterior) to yield a safe, complete, and useable facility. Project need to be certifiable for Silver rating, compliant with sustainable design (LEEDs) considerations. The facility is in a secured PACER protected fence area, which reduces need for AT/FP, but will have other internal/external security considerations. However, design deliverables for construction, relocation/protection of utilities, connections/runs, HVAC, plumbing, interior utilities, interior/exterior finishes, and all necessary features (interior and exterior) as considered necessary to yield a safe, complete and useable facility are required. The Contractor shall develop and complete the design for a newly constructed facility, as indicated. Following award, the contract will proceed as follows: This project will follow completing design before construction begins process. All review comments for the work must be appropriately addressed and applicable construction techniques for unusual construction conditions must be properly defined and accepted and direction received from Contracting Officer prior to the start of construction. The 2002 NAICS Code for the proposed acquisition is 236210, Institutional Building Construction, and the small business size standard is $31,000,000 (Eff 18 Aug 2008, $33,500,000). Federal Supply Code is Y129. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8(a), Service Disabled Veteran Owned (SDVO), HUBZone, or Total Small Business or Unrestricted. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. The Government invites Small Businesses contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Contractors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1) Proof of bonding capacity in the amount of at least $30M; documentation must be in the form of a statement from the contractors bonding company identifying both the per contract and aggregate bonding limits. 2) Verifiable experience (i.e., previous projects) of performing construction: (a) Similar D-B and Construction (b) Any construction on federally operated government installations 3) How you will manage work in accordance with FAR 52.219-14(b)(3), Limitation on Sub-contracting: General Construction(The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials). 4) For 8(a) contractors, provide proof of SBA certification. 5.Statement if you will or will not be able to submit a proposal when project is solicited. The estimated solicitation issuance is October 2008. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among competitive 8a firms, Service Disabled Veteran Owned, HUBZone, or all Small Business or to proceed with full and open competition as Unrestricted. Submissions that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Connie.L.Newell@usace.army.mil or Gregory.L.Tom@usace.army.mil or mailed to Sacramento District, USACE, 1325 J Street, Attn: Gregory Tom, Sacramento, CA 95814. Responses must be received no later than 25 August 2008 by 3 pm, PST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ff5fb30cc6246b4e89d5bd3673000f8&tab=core&_cview=1)
 
Place of Performance
Address: US Air Force Hill AFB Hill AFB UT
Zip Code: 84056
 
Record
SN01633927-W 20080809/080807222854-6ff5fb30cc6246b4e89d5bd3673000f8 (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.