Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2021 SAM #7327
SOURCES SOUGHT

Y -- Construct C-130 Flight Simulator Training Facility

Notice Date
12/21/2021 6:42:22 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 109 SCOTIA NY 12302-9572 USA
 
ZIP Code
12302-9572
 
Solicitation Number
PANNGB-22-P-0000-002801
 
Response Due
1/20/2022 9:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Nicholas Bastiani, Phone: 5183442513, Matthew Chase, Phone: 5183442513
 
E-Mail Address
Nicholas.Bastiani.1@us.af.mil, matthew.chase.11@us.af.mil
(Nicholas.Bastiani.1@us.af.mil, matthew.chase.11@us.af.mil)
 
Description
The purpose of this Sources Sought Notice is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. All interested parties should respond. The 109th Airlift Wing, Stratton Air National Guard Base, may issue a solicitation and award of a Military Construction (MILCON) contract to ""Construct C-130 Flight Simulator Training Facility"" subject to availability of funds. The magnitude of this project is between $10,000,000 and $25,000,000. This project includes, but is not limited to: New Construction of a C-130J Flight Simulator Facility, to include all site-work and related activities as indicated in the contract documents.� Building will meet local seismic design requirements and include a single high-bay simulator motion bay with maintenance support and briefing rooms within an internal secure perimeter, classrooms, instructor & facility manager offices, break room, latrines, and fire protection, mechanical, electrical & communications spaces. Construction will include connection to existing utilities, site circulation pavements, landscaping and storm water management amenities and connection to existing communications distribution. Estimated duration of the project is 365 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction which has a small business size standard of $39.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, of the following thresholds on performance:� 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 Construction by special trade contractors, it will not pay more than 75 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 75 percent subcontract amount that cannot be exceeded. . REQUESTED INFORMATION All interested concerns should provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 20 January 2022. This notification, which shall not exceed ten (10) typewritten pages, should include: (1) A positive statement of intent to bid as a prime contractor; (2) A completed and signed Source Sought Information Request Form (see attachment provided in SAM posting); (3) Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last six years. Indicate the type of project, dollar value, contract number, location, and Point of Contact. Due to the large scale, magnitude and complexity of this project, the Government is specifically seeking examples which demonstrate experience with the following project areas: 1.� Experience managing a construction site regulated by NYSDEC Stormwater Pollution Prevention Plan with associated Construction Permit � � � �a.� �Experience installing engineered storm water structures such as detention basins, sand filters, and cisterns as required by design 2.� Construction of a >10,000s/f Industrial/ Business Structure � Type II-B Construction 3.� Air Barrier Separation � 3 Separate Enveloped Sections 4.� Construction of a highbay area with thickened slab capable of supporting heavy equipment (i.e. Full motion C-130 Flight Simulator) 5.� Concrete Lid Sections/ Soundproofinng/ Sound Blankets 6.� Bridge Crane Installation 7.� Underground High Voltage Line Installation (650� distance in connection to overhead utility line) 8.� Transformer Installation (13.2kV-480/277V, 3 Phase, 500kVA medium voltage stepdown transformer) � � � � a.� Provision/ Installation of appropriately sized Emergency Standby Power System 9.� Intrusion Detection and Access Control Systems 10.� ICD-705 Compliant Wall and Concrete Ceiling Lid Construction 11.� Evidence of demonstrated experience with construction projects within or contiguous to an Active Government airfield Failure to provide the requested information, will not disqualifying, may impede the Government�s ability to determine whether adequate competition exists to set this requirement aside for small business concerns.� The Government reserves the right to follow up on any information submitted with some, all, or none of the respondents until it is fully satisfied in regards to the responsibility and responsiveness of potential offerors. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: 109.AW.FAL.MSC.Contracting@us.af.mil Include the following in the subject line- ""Sources Sought PANNGB-22-P-0000-002801 - Company Name"" No facsimile responses will be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/482856ac13b44ee3a2c558a42ae7a97f/view)
 
Place of Performance
Address: Schenectady, NY 12302, USA
Zip Code: 12302
Country: USA
 
Record
SN06203150-F 20211223/211221230120 (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.