MODIFICATION
Y -- Two Phase Design-Build Contract for the renovation of the Falcon Facilities for the relocation of the F-22 program at Edwards Air Force Base, California. - Solicitation 1
- Notice Date
- 4/8/2015
- Notice Type
- Modification/Amendment
- 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-R-0015
- Response Due
- 5/8/2015 2:00:00 PM
- Archive Date
- 6/30/2015
- Point of Contact
- Lucia A. Carvajal, Phone: 213.452.3240
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification Review Document for other than Full and Open competition. Justification Review Document for other than Full and Open competition. Justification Review Document for other than Full and Open competition. Justification Review Document for other than Full and Open competition. Solicitation - Phase 1 Building 1630: Renovation of an existing hangar and administration building of approximately 73,000 square feet. The building contains two hangars of 44,000 square feet that will be remodeled and modernized for the continued testing of the F-22 fighter planes. Hangar work also includes modernizing the high expansion foam fire suppression system; replace hanger electrical distribution, relocating and installation of aircraft cooling equipment, repair of the hangar concrete flooring system, and replacement of the lighting. Also included is the renovation of the east, central and west portions of the building of approximately 29,000 square feet to accommodate 23,000 square feet of administrative spaces and 6,000 square feet of warehouse/shop spaces. The interiors of the existing administrative and warehouse/shop spaces will be demolished and will be replaced by new, reconfigured spaces. Spaces include conference rooms; Special Access Required (SAR) rated spaces, unclassified areas, private offices service areas, instrumentation shop, and fabrication/ maintenance shops. Existing restrooms will be upgraded. Certain areas will have raised access floors. All areas will have new interiors, including carpeting, tiling, lighting, power and data. The existing furniture and pre-wired workstations with accessories will be disassembled and reassembled to support a new administrative floor plan. Exterior renovations include relocating ground mounted chilled water air conditioning system, modify and rebalance building HVAC. Building 1635: Renovation of an existing hangar and administration building of approximately 76,000 square feet. The building contains two hangars of 44,000 square feet that will be remodeled and modernized for the continued testing of the F-22 fighter planes. Hangar work also includes modernizing the deluge fire suppression systems, replace hanger electrical distribution, installation of joy plugs (270 VDC power converters) to support aircraft ground equipment, relocating and installation of aircraft cooling equipment, repair of the hangar concrete flooring system. Also included is the renovation of the east, central and west portions of the building of approximately 32,000 square feet to accommodate 27,000 square feet of administrative spaces and 5,000 square feet of warehouse/shop spaces. The interiors of the existing administrative and shop spaces will be demolished and will be replaced by new, reconfigured spaces. Spaces include conference rooms; Special Access Required (SAR) rated spaces, unclassified areas, private offices service areas, instrumentation shop, and fabrication/ maintenance shops. Existing restrooms will be upgraded. Certain areas will have raised access floors. All areas will have new interiors, including carpeting, tiling, power and data. The existing furniture and pre-wired workstations with accessories will be disassembled and reassembled to support a new administrative floor plan. Exterior renovations include relocating ground mounted chilled water air conditioning system, modify and rebalance building HVAC. Building 1642: Provide modernization of an existing administrative facility of approximately 12,000 square feet. The interior of the building will be demolished and replaced with new reconfigured special Access Required (SAR) spaces. Interior work includes new gypsum board partitions, new access controlled doors; painting, new carpeting, lighting, ceiling, power, and data. Existing restrooms will be upgraded. The existing furniture and pre-wired workstations with accessories will be disassembled and reassembled to support a new administrative floor plan. Exterior work includes installation of ground-mounted air conditioning units, reconfiguring and re-balancing of existing HVAC, ADA automatic compliant doors, and a Seismic Evaluation. Building 1643: Provide modernization of an existing administrative facility of approximately 12,000 square feet. The interior of the building will be demolished and replaced with new reconfigured special Access Required (SAR) spaces. Interior work includes new fire suppression system, new gypsum board partitions, new access controlled doors; painting, new carpeting and tiling, lighting, power, and data. Existing restrooms will be upgraded. The existing furniture and pre-wired workstations with accessories will be disassembled and reassembled to support a new administrative floor plan. Exterior work includes new roof, closing-up of existing windows, installation of ground-mounted air conditioning units, reconfiguring and re-balancing of existing HVAC, ADA automatic compliant doors, and a Seismic Evaluation. Building 1636: Demolish a 4,000 square foot pre-engineered metal building. Building 1636: Provide a new pre-engineered metal building with foundation of approximately 4,000 square feet for a facility maintenance and aircraft ground equipment shop. Building will house maintenance work bay and administrative and service facilities. Interiors include fire suppression system, restrooms, plumbing, HVAC, gypsum-board walls, carpeting, lighting, power, data. Furniture, pre-wired workstations and accessories will be provided. Exterior includes painting, over-head roll-up doors and ground-mounted HVAC for the building. Building 1632A Warehouse Building: Renovate and reconfigure a pre-engineered metal administrative building of approximately 4,100 square feet into a building that will be used for general storage and administrative functions. Building includes general offices, storage, restrooms; secure storage, concrete floor patch and repair, and wire mesh storage cribs. Interiors of administrative portion include gypsum board walls, carpeting, lighting, power, and data. Furniture, pre-wired workstations and accessories will be provided. Existing restrooms will be upgraded. Exterior includes, electric over-head roll-up door, concrete ramp to roll up door, installation of ground-mounted air conditioning units, reconfiguring and re-balancing of existing HVAC, and re-key all door locks. Building 1632 HAZMAT Pharmacy and Storage: Renovate and reconfigure a pre-engineered metal administrative building of approximately 8,200 square feet into a building that will be used for hazardous material storage and administrative functions. Building includes general offices, storage, restrooms; secure storage, concrete floor patch and repair, and wire mesh storage cribs. Interiors of administrative portion include gypsum board walls, carpeting, lighting, power, and data. Existing restrooms will be upgraded. Furniture, pre-wired workstations and accessories will be provided. Exterior includes, ADA compliant automatic doors, electric over-head roll-up door, concrete ramp to roll up door, installation of ground-mounted air conditioning units, reconfiguring and re-balancing of existing HVAC, and re-key all door locks. Site Work: Work includes the fabrication of five (5) new F-22 APU deflector shields at the sunshade structure, remove and replace airfield stripping, install new turnstiles to include ADA capable, repair vehicle access gate fencing, motor and controls, install new fencing to aircraft ramp, relocate and install air compressors, provide new signage, relocate connex boxes, and relocate aircraft and aircraft simulator cooling units. The F-22 program requires adequately configured facilities capable of supporting the Operational Test (OT) of the F-22 aircraft. To support system development demonstration (SDD) efforts, the facilities must have modern infrastructure capable of supporting program personnel and aircraft. The facilities must meet F-22 program security requirements. Buildings are expected to contain Lead-Based Paint and Asbestos. The project is located on an airfield-access is controlled and airfield requirement will be in effect. This project is a two-phase design-build solicitation. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree on design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase-One is the pre-selection phase (this phase does not include the submission of a price proposal). Evaluation factors under Phase-One may consist of the following: Past Performance on projects of similar nature (similar or greater scope and complexity and technical sophistication) will be a major consideration; Specialized Experience; Capability to Perform; Technical Approach, Key Personnel, including AE and Construction members. Proposals will be evaluated in Phase-One to determine which offerors will submit proposals for Phase- Two and an amendment will be issued to those selected offerors (maximum of five). The detailed project performance requirements for this project will be included in the Requests for Proposals (RFP) package (Phase-Two). Evaluation factors for Phase-Two may consist of the following: Design Narrative (Architectural; HVAC System; Structural); Ability to schedule/execute work on multiple projects/buildings simultaneously in an expedited timeframe and limited workspace; Environmental Compliance; Sustainable Design; Quality of Proposal Submittal; and a Price Proposal. Phase-Two proposal ratings alone will be used to determine the most advantageous proposal to the Government. Basis of award is Best Value quote mark Trade-off. quote mark Award of the Design-Build contract will be made to one of the five firms, which, in the judgment of the Contracting Officer, provides the best combination of design features and cost/price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. The estimated cost range is $10,000,000.00 - $25,000,000.00. Period of performance is not to exceed 17 months. The solicitation will be available on or about March 13, 2015. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-R-0015/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles 915 Wilshire Blvd, Suite 930, Los Angeles CA
- Zip Code: 90017
- Zip Code: 90017
- Record
- SN03692904-W 20150410/150408234636-9796f1947e0918d8276cbf4d8ff7b40f (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 |