Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

Y -- FY 17 F-35 Squadron Operations / Aircraft Maintenance Unit (AMU) 5, Luke Air Force Base, Arizona

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL17R0045
 
Archive Date
7/28/2017
 
Point of Contact
Tracey Daggy, Phone: (213) 452-3239, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
tracey.i.daggy@usace.army.mil, sandra.oquita@usace.army.mil
(tracey.i.daggy@usace.army.mil, 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 new mission bed down at Luke Air Force Base, Arizona. Build a combined Squadron Operations and AMU Admin facility. Work will include the construction of a sprinkler-equipped facility containing a steel-framed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof. Renovate B913 for AMU Support functions. Construct covered outdoor storage area. Demolish one facility for 975 SM. The facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria 4-010-01. The Operations portion of the facility is required to support the operations squadron and contains the space for flight planning, secure air crew briefing and debriefing areas, and training and administration of the squadron. Space must be provided for the storage, care and issue of flight crew life support system equipment and personal space is required for changing into and out of flight clothing. Flightline maintenance is semi-autonomous and responsible for the launch, service, on-equipment repair, inspection and recovery of primary mission aircraft. This facility will provide adequate area for equipment and administrative spaces required to support the aircraft and the mission of the particular squadron. The renovation of B913 will provide spaces for maintenance, a tool crib, ready room, equipment issue area, classified vault storage area. Minimum critical capabilities required include Special Access Program Facility (SAPF) security specifications and LEED Silver certification. THIS PROJECT IS AN UNRESTRICTED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using Best Value Trade Off procedures resulting in a firm fixed-price contract. There will be one pricing schedule for this project with a Performance Period of 540 calendar days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 236210, Industrial Building Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $10,000,000.00 and $25,000,000.00. The solicitation will be available on or about 13 June 2017 with proposals due on or about 13 July 2017. Solicitation W912PL-17-R-0045 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 Federal Business Opportunities (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/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL17R0045/listing.html)
 
Place of Performance
Address: 14185 Falcon Street, Luke Air Force Base, Arizona, Luke Air Force Base, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04521724-W 20170527/170525235612-d9a1688a3ab70a44190921c9004a58c1 (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.