Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

Y -- Design and Construction of Zone 3 - WEG HQ, Maintenace Hangar, and Apron Facilities, Tyndall Air Force Base, FL

Notice Date
11/20/2020 8:34:28 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0028
 
Archive Date
01/30/2022
 
Point of Contact
Amanda M. Milheiser, Phone: 2516943858, Carl M. Wade, Phone: 2516902348
 
E-Mail Address
amanda.m.milheiser@usace.army.mil, carl.m.wade@usace.army.mil
(amanda.m.milheiser@usace.army.mil, carl.m.wade@usace.army.mil)
 
Description
THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS The advertisement date for this soliciation is Estimated as January 2021. THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), TWO-PHASE DESIGN-BUILD SOURCE SELECTION SOLICITATION � �� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220, ��� Commercial and institutional building construction, size standard $39.5m. This project is a Best Value, two-phase design-build solicitation.� A detailed project description and overall project performance requirements for this project will be included in the Request For Proposals (RFP) package.� The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements.� The successful Contractor must design and construct a complete and usable project, as described in the RFP documents.� One solicitation will be issued covering both phases. 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.� Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability.� Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request For Proposals.� A maximum of five (5) firms will be invited to participate in the second phase. The project consists of the Design and Construction of two separate facilities: WEG HQ/Maintenance Hangar and a Parking Apron. 53rd WEG HQ Facility: The 53rd WEG HQ facility consists of the Design and Construction one consolidated facility; Combined Group Headquarters, 894.84 SM = 9,605 SF, Squadron Operations, 3,657 SM = 39,252SF; and an Emergency Ops Center, 2,452 SM = 26,318 SF. The combined Weapons Evaluation Group (WEG) Headquarters, constituent Squadron Operations facility and emergency Operations Center included both SCIF and SAPF areas. This multi-story facility provides a consolidated facility with administrative areas for the 53d TSS, 53d WEG, and 83d Squadron Operations staff. The administrative areas will be supported by conferencing, meeting, and other special spaces. In addition to the admin areas, the squadron operations will provide mission planning, SAPF workspace, briefing, storage, and vault space.� The project includes all utilities, site improvements, special foundations, pavements, detection/protection features, security enhancements, and other supporting work. 53rd Weapons Evaluation Group (WEG) Hangar: The facility is consolidated with the WEG HQ and includes; Maintenance Hangar, 8,816 SM = 94,898 SF; Armament Research Testing, 150 SM = 1,610 SF; Aircraft Maintenance Shop, 1,434 SM = 15,434 SF; Aircraft Corrosion Control: 855 SM = 9,200 SF, and a Fuel Systems Maintenance Dock, 1,243 SM = 13,380 SF. The Aircraft Maintenance Hangar and Maintenance Shop is for the QR/F-16 and E-9 Aircraft. The QF-16 Maintenance Hangar provides space for aircraft maintenance, tool rooms, aircraft weighing and other maintenance and inspection activities. Hangars support aircraft maintenance, repair, and inspection activities that are most efficiently done under complete cover. The QF-16 Maintenance Hangar will include 12 hangar bays for the QF-16 aircraft and building support facilities. The hangar bays will have a HEF system, 10-ton crane, large fan for ventilation per 6 bays. This project will require compliance with Intelligence Community Directive (ICD) 705 for the SCIF and SAPF areas. The Armament/AGGTS/Lab is an Armament Research Testing facility attached to the Maintenance Hangar. This facility will accommodate the research, development, fabrication and testing of non-exploding, penetrating weapons made from heavy metals which are traditionally used against heavily armored targets. The Armament/AGGTS/Lab to use in conjunction with the QF-16 aircraft maintenance shop. The Aircraft Corrosion Control provides an environmentally controlled area to wash aircraft. This aircraft corrosion control facility will include a covered aircraft wash rack. The Fuel Systems Maintenance Dock is a space for an aircraft parking bay and support space for heating, plumbing, latrines, ventilation, compressed air, and fire detection and suppression. Maintenance docks provide protected space for aircraft maintenance. The fuel systems maintenance will include hangar space, administrative space, building support and fuel tank covered storage. Supporting facilities include utilities (electric service, water, sewer, gas), pavements (paving, walks, curbs and gutters), storm drainage, site improvements and building information systems. 53 WEG Parking Apron: This project consists of the design and construction of an aircraft Parking Apron, 11,447 S m = 122,864 SF The new aircraft parking apron includes lighting. The apron includes subgrade, base and approximately 15 inches of Portland concrete cement. Additional pavement is required to support the WEG aircraft and provide area for aircraft operations outside of the obstruction free area. The apron provides aircraft parking, servicing, and loading.� Apron lighting is also provided to support nighttime maintenance activities on the apron.� The project includes all utilities, site improvements, soil remediation and cleanup. Privatized utility connection fees are included in their respective supporting facilities line items for electrical Gulf Coast Electric Cooperative (GCEC), water GCEC, and gas Peoples Gas Systems (PGS). The North American Industry Classification System (NAICS) code for this project is 236220 Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in beta.sam.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract.� Solicitation documents, plans and specifications will only be available via beta.sam.gov.� Registration for plans and specifications should be made via beta.sam.gov.� If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� This solicitation will not be issued on CD-ROM.� Neither telephonic, mailed, nor fax requests will be accepted.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.� The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest.� NOTE:� This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2:� All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. Note No. 3:� Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years.� Note No. 5:� This solicitation includes bid options which may not be awarded. Note No. 6:� All advertisements of Mobile District projects will be through beta.sam.gov.� Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at:� https://www.beta.sam.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. Note No. 7:� A Contractor Site Visit will be conducted with those offerors advancing to Phase Two.� Phase Two offerors will be notified via amendment, as to when and where the site visit will be conducted. Note No. 8:� The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from beta.sam.gov.� Other forms of communicating RFIs to the Government will not be honored.� The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/700946c4f3fa4c1e9dac8d6e7dd13cd3/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN05858026-F 20201122/201120230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.