SOLICITATION NOTICE
Y -- Construct Temporary Facility For C-146 Simulator
- Notice Date
- 6/21/2016
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- FA4417-16-R-0023
- Point of Contact
- Romeo B. Reyes, Phone: 8508843288, Robert E. Burns, Phone: 8508842036
- E-Mail Address
-
romeo.reyes.1@us.af.mil, robert.burns.40@us.af.mil
(romeo.reyes.1@us.af.mil, robert.burns.40@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis is for the installation, lease, maintenance, and removal of a temporary facility that will house and support the temporary operation of a Level D (FAA CFR Part 60) C- 146A Full Flight Simulator (FFS), which the Government would purchase and install separately after the temporary facility is in place to house the FFS. The contractor shall perform the design, site work (foundation, ground work, and utility connections), installation, lease, maintenance, and removal, of a temporary prefabricated facility on Duke Field, also known as Eglin AFB Auxiliary Field #3, a military airport located three miles (5 km) south of the central business district of Crestview, in Okaloosa County, Florida. Simulator facility would consist of an approximate 5,000 square foot temporary facility and include a Simulator Bay, Computer Room, Debriefing Room, Technician office, Maintenance Equipment & Spare Parts Storage/Work Room, Restroom and miscellaneous other rooms for the mechanical/electrical communications support of the temporary facility itself. The maintenance and lease portion of this requirement would be for a period not to exceed five (5) years, consisting of a base year, three option years and two 6-month options, after which time the contractor would remove the prefabricated temporary facility leaving in place only the foundation. The temporary facility would require, and a contractor would install under any resulting contract, facility fire protection consisting of a set of normally closed, held-open contacts routed to a junction box then connected to a Fire Alarm Control Panel, and include facility graphic annunciator to allow annunciation of building emergency conditions; conduit, pull wires, and build out only to allow for the installation of facility security measures capable of restricting unauthorized personnel, entry/exit tracking, DoD compliant infrastructure and procedures for safeguarding classified materials and information and to allow portions of the facility to operate continually under open storage (SECRET) conditions; paved access to the structure large enough to allow tractor trailers having up to 48' flatbeds and 53' enclosed van trailers to unload equipment from trucks using forklifts into the temporary facility; functional restroom(s); HVAC for continuous maintenance of the temporary facility at a 65 degree to 75 degree range and a relative humidity of 40-60% non-condensing. Maintenance items include maintenance of the facility itself to include HVAC, electrical, plumbing, storm damage, snow/ice removal during the term of the lease. The contract requirements will be separately priced into ten (10) contract line item numbers (CLINs). CLIN 0001 - DESIGN for site work/foundation/temporary facility/structure requirements (fire suppression, etc..); CLIN 0002 - All site work/foundation; CLIN 0003 - temporary facility installation; CLIN 0004 - temporary facility demolition/removal; CLIN 0005 - temporary facility lease/maintenance (base period, 12 months); Option CLIN 0006- temporary facility lease/maintenance - 12 Months; Option CLIN 0007- temporary facility lease/maintenance - 12 Months; Option CLIN 0008- temporary facility lease/maintenance - 12 Months; Option CLIN 0009 - temporary facility lease/maintenance - 6 months; Option CLIN 0010 - temporary facility lease/maintenance - 6 months This acquisition will be a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 531120 with a size standard of $38.5M. This contract will be awarded in accordance with FAR Part 15, Negotiated Procedures. The Government reserves the right to award a contract to other than the low proposed price. Performance period to accomplish the design and construction of the temporary facility is 160 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. Estimated magnitude for the total project is between $1,000,000 and $5,000,000. The FFS itself is not included in the $1 million to $5 million project magnitude for the temporary facility. Bid bonds will be required with the proposal. Payment and performance bonds will be required within ten (10) days of contract award. The work is required in support of the 96th Civil Engineer Group. The issuance date for this solicitation is projected to be on/about 11 July 2016. Prospective contractors must be registered in the System for Award Management (SAM) Database prior to award of a Government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. This solicitation will be available only via the Internet at the following address: http://www.fbo.gov. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the solicitation will be furnished.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-16-R-0023/listing.html)
- Place of Performance
- Address: Duke Field, FL, Duke Field, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04156340-W 20160623/160621234146-398da62938b254d66d7e7bb2c5f180a2 (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 |