Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2021 SAM #7229
SOURCES SOUGHT

Y -- F-35A ADAL AMU FACILITY SQUADRON #6

Notice Date
9/14/2021 7:27:33 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21S0025
 
Response Due
9/30/2021 7:00:00 AM
 
Archive Date
10/15/2021
 
Point of Contact
Sandra Oquita, Phone: 2134523249, Fax: 2134524184, Sandra Oquita, Phone: 2134523249, Fax: 2134524184
 
E-Mail Address
sandra.oquita@usace.army.mil, sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil, sandra.oquita@usace.army.mil)
 
Description
Sources Sought Description: The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of� various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-build project to support the Joint Strike Fighter (JSF) F-35A Aircraft and is located at Luke AFB, AZ.� The project site is in a tightly constrained active flight operations and industrial area of the installation adjacent to active airfield and ramp operations with unique safety and constructability concerns to include governing air field and FAA compliance or processes. Additionally, this project will be adjacent to another FY22 MICON project with similar design & construction schedule durations. Consideration will need to be given to constructing without interruption to adjacent flight and maintenance operations and adjacent MILCON project also in construction to include potential limited freedom of movement and laydown space. A larger Aircraft Maintenance Unit (AMU) facility (Building 914) is required to support the beddown of the Joint Strike Fighter (JSF) F-35A aircraft. The facility is required to be operational no later than Dec 2023 in preparation for the planned F-35A squadron arrival. The proposed Construction will provide conventional design and construction methods to accommodate the mission of the facility to include constructing an AMU Facility addition and renovation of the existing AMU Hangar Facility using conventional design and construction methods to accommodate the mission of the facility. � Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements Construction will consist of steel-framed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof to the existing facility. �Alteration work will include upgrading AMU maintenance space to accommodate the F-35A, to include repair and alteration of the existing roof and hangar space. Proposed Construction renovates the AMU section of Building 914, constructs a 415 SM addition, and repairs existing parking lot. This alteration and addition will increase the building square footage to provide critical space for various maintenance functions supporting operations of an F-35A maintenance squadron. The facility will include aircraft maintenance areas tp contain a 75 SM vault for classified parts storage,10 SM COMSEC vault, unclassified maintenance debrief room, larger conference room, more administrative space, and a larger tool crib. Work will include the construction of a sprinkler equipped addition containing a steel-framed structure, masonry block exterior walls, and standing seam metal roof. The project includes approximately 80 Tons of Air Conditioning. Work also includes installation of F-35 unique electrical receptacles at each aircraft position with associated power distribution system; aircraft cooling units (ACUs) at each aircraft position with associated power infrastructure, repair and upgrade fire suppression system, hangar lighting, and repair of the facility roof. Facility repairs and upgrade fire suppression system to meet with current ETLs and DoD configuration control requirement criteria (Unified Facilities Guide Specification (UFGS). Portions of the facility must meet Special Access Program Facility (SAPF) security certification and shall comply with Intelligence Community Technical Specification for Intelligence Community Directive/Intelligence Community Standard 705 security construction. The facility will include fire protection, alarm & mass notification systems, lightning protection, intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Project will include additional access control and facility standoff requirements.� Project will comply with UFC 4-010-06 Cybersecurity of Facility-Related Control Systems requirements for incorporating cybersecurity into the design of facility-related control systems. The project will include all necessary utilities, site improvements, pavements, communications support infrastructure, and all necessary supporting work for a complete and usable facility. The project will demolish Building 917 (994 SM), Building 956 (37 SM), and Building 961 (1,213 SM) (Total of 2,244 SM). This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01 ADAL AMU FACILITY Minimum critical capabilities required include, DoD/Air Force or Army airfield pavement expertise, Airfield construction, specialized hangar fire protection systems, Special Access Program Facility (SAPF) security compliance & certification and cyber security compliance. Additionally critical capabilities include ability to work in an active air operations environment, active airfield and apron within a constrained site in cooperation/ partnering with adjacent ongoing construction by separate contractor(s). The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, ""Tradeoff Process"" to result in a competitive, firm-fixed price contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is OVER- $25,000,000 to $100,000,000.00. Estimated duration of the project is 540 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y -- Construction of structures and facilities. Under FAR 52.219-14, Limitations on Subcontracting,. ��(e)�Limitations on subcontracting.�By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� ����(3)General construction, it will not pay more than 85 percent of the amount paid by the Government ��� for contract performance, excluding the cost of materials, to subcontractors that are not similarly� ���� situated entities. Any work that a similarly situated entity further subcontracts will count towards the ���� prime contractor's 85 percent subcontract amount that cannot be exceeded; or Prior Government�contract work is not�required for submitting a response under this sources sought synopsis Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: Firm's name, address, point of contact, phone number and e-mail address. Firm's interest in proposing on the solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. � Response MUST demonstrate experience in, DoD/Air Force or Army airfield pavement, Airfield construction, experience in specialized hangar fire protection, Special Access Program Facility (SAPF) security certification, security specifications, cyber security compliance and ability to work in an active air operations environment. � Response MUST demonstrate experience in, DoD/Air Force or Army airfield pavement, Airfield construction, Special Access Program Facility (SAPF) security certification, security specifications, cyber security compliance and ability to work in an active air operations environment. 4.���� Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5.���� Firm's Joint Ventures (existing and potential, if applicable) including mentor-prot�g� and teaming arrangement information. 6.���� Firm's Bonding capability (Firms MUST be able to Bond over $25,000,000.00) (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. � Interested Firms shall respond to this Sources Sought synopsis by email or regular mail no later than 30 September 2021 by 10:00 am. (PST). All interested firms must be registered in SAM (System Acquisition Management) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Sandy Oquita, CESPL-CT-E, Los Angeles, CA 90017, (213) 452-3249. The email address is: sandra.oquita@usace.army.mil. � RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8a0d5a4efa74c4faef195b885c2d4ef/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06133137-F 20210916/210915201755 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.