SOURCES SOUGHT
Y -- This is a design-build project to support the Joint Strike Fighter (JSF) F-35A aircraft and is located at Nellis AFB, NV.
- Notice Date
- 11/13/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-S-0002
- Response Due
- 12/12/2014
- Archive Date
- 1/12/2015
- Point of Contact
- Sandy Oquita, (213)452-3249
- E-Mail Address
-
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a design-build project to support the Joint Strike Fighter (JSF) F-35A aircraft and is located at Nellis AFB, NV. This project will consist of design and construct a 2,068 SM aircraft hangar and a 2,125 aircraft maintenance unit (AMU) in support of the F-35 aircraft. In addition, design and construct a 1,850 AMU in support of the F-15 Strike Squadron aircraft which is being relocated under this project. All three functions shall be housed in one facility. Supporting facilities include fire detection/protection, utilities, landscaping, roads/parking, hangar apron, access roads and parking pavements, lighting and markings, high expansion fire protection system, communications support, demolition of one facility (1,850 SM), temporary facilities during construction and all other necessary support. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01 and be certified LEED Silver. THIS PROJECT IS A UNRESTRICETED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using the Best Value Trade Off procedures resulting in a firm fixed-price contract. The evaluation of the offerors include: Experience on Similar Projects, Past Performance on Recent, Relevant Projects, Technical Approach, Schedule, Management Plan, and Small Business Participation Plan. Both a technical and price proposal will be required. It is the Government's intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 720 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, $33,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is OVER $25,000,000.00 NOTE: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. The solicitation will be made available on or about January 14, 2015. All proposals will be due on or about February 16, 2015. Solicitation W912PL-15-R-0003 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS. Contracting Office Address: USACE District, 915 Wilshire Blvd.,Los Angeles,CA 90053-2325 Point of Contact(s): Sandy Oquita, (213)452-3249 Place of Performance: Nellis AFB, NV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-S-0002/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN03572274-W 20141115/141113234400-cb1e5ab2ba7ee39275724ee209d51509 (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 |