SOLICITATION NOTICE
Y -- LOW OBSERVABLE COMPOSITE REPAIR FACILITY (LOCRF), HICKAM AIR FORCE BASE, HI
- Notice Date
- 1/8/2010
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-10-R-0001
- Response Due
- 3/15/2010
- Archive Date
- 5/14/2010
- Point of Contact
- Shawn Naito, 808 844-6332
- E-Mail Address
-
USPFO for Hawaii
(shawn.naito@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for Hawaii, located at Kalaeloa, Oahu, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of F-22 LOW OBSERVABLE COMPOSITE REPAIR FACILITY (LOCRF), HICKAM AIR FORCE BASE, HAWAII. Construction services will consist of the construction of a new F-22 LOCRF complex with two paint bays, each with a specialized paint booth. The paint bay environment is designed for the laminar flow paint process. Clean air is introduced into the booths through a special intake plenum door at the front of the enclosure, and is exhausted through a plenum at the rear of the booth. In addition to the paint hangar bays, the new facility includes maintenance support spaces, administrative office spaces, utility spaces, and life safety support spaces. Portions of the facility are classified as a Special Access Program Facility (SAPF) and designed to meet Joint Air Force, Army, Navy (JAFAN) 6/9 physical security standards. The hangar bays will be constructed to meet the SAPF requirements of JAFAN 6/9 as well as meet the requirements of AFI 31-101 for Protection Level 3 (PL3). A secure area (Integrated Maintenance Information System (IMIS) server room) will be established within the facility to house the Maintenance Server Unit (MSU) that permanently stores classified maintenance data. Another adjacent secure space will be set up with IMIS docking stations to allow maintenance personnel to download support maintenance tasking data from the IMIS server to their Portable Maintenance Aid (PMA), which personnel can take to hangar, flight line, or shop area to complete the maintenance actions. In addition to a base price for the work describe above the solicitation includes Government Options for this project will include: 1. Carbon Filters for Paint Hangar Exhaust Filter Wall; 2. Site Surfacing (Pavement, Sidewalks, and Curbs); 3. Landscape; 4. Lockers, Benches, and Casework; 5. Storm Drain Infiltrators; 6. Hangar Floor Epoxy Coating. Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is anticipated to take approximately 540 calendar days after notice to proceed to include inspection and punch list. This is a time critical project and offerors will be given the opportunity to provide alternate pricing for completion in a lesser than required 540 days. There are significant liquidated damages associated with this project. The North American Industry Classification System (NAICS) code for this work is 237990. The small business size standard is $33.5 million average annual revenue for the previous three years. This is a total small business set-aside. The tentative date for issuing the solicitation is on or about 26 January 2010. The tentative date for the pre-proposal conference is on-or-about 11 February 2010, 9:00 a.m. local time at the 154th CES Building 3392, at Hickam Air Force Base. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 15 March 2010. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. A Critical Path Method Schedule is required with the offer. The Government intends to award without discussions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); 2) DUNS Number and CAGE Code; 3) Telephone Number; 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/Offerors cannot log onto the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolictations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at Hickam Air Force Base, Hawaii.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-10-R-0001/listing.html)
- Place of Performance
- Address: Hickam Air Force Base Harbor Drive HAFB HI
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN02037867-W 20100110/100108234554-4b8361714dd87c4e55244ef8702f57c1 (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 |