Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

Y -- T-X (T-7A) Ground Based Training System (T-X GBTS) Simulator and T-X (T-7A) Maintenance Training System Centralized Training Facility (T-X MTS CTF)

Notice Date
5/13/2022 8:45:48 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G22R0054
 
Response Due
6/16/2022 1:00:00 PM
 
Point of Contact
Markeith Berry, Phone: 8178861269, Nicholas I Johnston, Phone: 8178861006, Fax: 8178866403
 
E-Mail Address
markeith.berry@usace.army.mil, nicholas.i.johnston@usace.army.mil
(markeith.berry@usace.army.mil, nicholas.i.johnston@usace.army.mil)
 
Description
PRESOLICITATION: T-X (T-7A) Ground Based Training System (T-X GBTS) Simulator and T-X (T-7A) Maintenance Training System Centralized Training Facility (T-X MTS CTF), Joint Base San Antonio (JBSA) - Randolph AFB, San Antonio, TX �Please note this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award. This announcement is an unrestricted, competitive, firm-fixed price, Design-Bid-Build acquisition to construct T-X GBTS and T-X MTS CTF projects that will be accomplished under a single construction contract. Construction of the T-X GBTS facility will be performed at the same time frame and by the same Contractor as the adjacent T-X MTS CTF facility. The Contractor shall coordinate similar construction activities. It is believed there are fiber optic lines serving the flight line that traverses the T-X GBTS and T-X MTS site will be relocated by others prior to construction commencement. No work can commence until relocation has been completed. The disciplines required for construction of both facilities include but are not limited to: Site/Civil, environmental, Architectural, Interior Design, Structural, Mechanical, Plumbing, Electrical\Communications, Fire Protection\Safety, Physical Security & Antiterrorism, Cybersecurity, and Sustainable Design. Project Scope: �Construct a facility addition to hold a ground-based facility training simulator system, which consists of a Weapon Systems Trainer (WST), Operational Flight Trainer (OFT) and Unit Training Device (UTD). The facility will include a reinforced concrete foundation, concrete floor slab, structural steel frame, standing seam metal roof and exterior. Project will include fire suppression systems, all utilities, pavements, communications, site improvements and associated supporting facilities to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. Sustainable principles, to include Life Cycle cost-effective practices, will be integrated into the design, development and construction of the project in accordance with UFC 1-200-02. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. Construct a high-bay aircraft maintenance training facility with administrative space, classroom space, tool crib, communications room and spaces to accommodate eight (8) trainers for the following: landing gear, fuel system, seat & canopy, avionics/cockpit, engine, hydraulics, Auxiliary Power Unit/Jet Fuel Starter (APU/JFS) and flight control. Work will include fire suppression system, steel-framed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof and all associated support facilities to provide a complete and useable facilities. The project will demo/relocate the Force Support Squadron sports complex (softball field, tennis court and skateboard-park). The new facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. Sustainable principles, to include Life Cycle cost-effective practices, will be integrated into the design, development and construction of the project in accordance with UFC 1-200-02. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. Construction Magnitude is between $20,000,000 - $100,000,000. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $39.5 Million. The Product Service Code is Y1GZ � CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS The solicitation is anticipated to be issued on or about 16 June 2022, and proposals due on or about 12 August 2022. Anticipated project completion date is 606 days from Notice to proceed. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/. No state level certifications will be accepted. � After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. Access:�A �SPRS Cyber Vendor User� role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser) https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G22R0054.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/202941ee618445fea23c4faca9d8df6f/view)
 
Place of Performance
Address: JBSA Randolph, TX 78150, USA
Zip Code: 78150
Country: USA
 
Record
SN06326780-F 20220515/220513230059 (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.