The RFP Database
New business relationships start here

Covered Maintenance Facility


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE
10 August 2018
Project Title: Covered Maintenance Facility
Eglin AFB, FL
FA2823-18-R-4015

 


The Department of Defense, United States Air Force (USAF), Air Force Technical Center (AFTC) at Eglin AFB FL, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing two (2) covered maintenance facilities.
All interested vendors shall submit a response demonstrating their capability to provide construction renovation efforts to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 236220 Commercial and Institutional Building Construction, with a size standard of 36.5M. Work to be included in this project consists of the following physical requirements:

1. Two (2) covered maintenance facilities that, when simultaneously utilized, will fit on hashed area of Figure 1 above.
2. Each individual covered maintenance facility shall not exceed 12,000 square feet.
3. Each covered maintenance facility shall accommodate the following aircraft footprint:
a. Width (north-south per Figure 1): no less than 74 feet
b. Depth (east-west per Figure 1): no less than 95 feet
c. Eave Height (if used): no less than 12 feet*
d. Peak Height: no less than 17 feet*
e. *Note: The width and depth dimensions take into account space needed around the aircraft for work space but not building regulations/codes. The eave and peak heights are for the aircraft itself and do NOT account for clearances required building regulations/codes or for clearance of lighting fixtures.
4. Each covered maintenance facility shall be anchored to the existing concrete pad.
5. Each covered maintenance facility shall have at least one (1) full-size door that accommodates aircraft footprint in requirement 3 above.
a. The full-size door shall be capable of opening and closing electrically.
6. In addition to the full size door in requirement 5, each covered maintenance facility shall have one set of double personnel doors accessible from perimeter of concrete pad (e.g. one door on the north side of the north structure, and on the south side of the south structure).
7. Each covered maintenance facility shall include a re-locatable 60 Hz/240 V/3 Phase electrical system distribution panel.
8. Each covered maintenance facility shall have sufficient lighting to perform covered aircraft maintenance during non-daylight hours.
9. Each covered maintenance facility shall incorporate no less than six (6) 20A 125V duplex power receptacles.
10. Each covered maintenance facility shall incorporate lightning protection such that aircraft maintenance may continue when there is lightning within 5 nautical miles of the airfield.
11. Each covered maintenance facility shall be able to withstand 115 miles per hour sustained, 130 miles per hour gusts wind loads.
12. Each covered maintenance facility shall be erected by the provider, or their sub-contractor.
13. Each covered maintenance facility shall abide by all applicable Florida Building Codes and Unified Facilities Criteria.


Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14.
Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
CAPABILITIES STATEMENT: The Government is exploring several options for this effort. In order to determine the best course of action; respondents to this sources sought should respond with the following;
• Along with a capabilities statement respondents should include proposed solutions for how your company would approach this effort. What solution would you provide in order to meet the requirement outlined in the proposed statement of work? Would your company provide soft cover pop up facility or hard cover temporary facility? What would be the cost to purchase solution outright or lease the proposed solution for a minimum of 24 months?
• Respondents should include links to pre-priced catalogs for off the shelf solutions or links to pre-priced GSA schedules for work covered by this requirement.
• Respondents should include specific DoD contract numbers for previously performed contracts for similar like requirements with points of contact.
Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.
Responses shall be submitted electronically to the following e-mail address: joanna.adams@us.af.mil with a courtesy copy to christopher.slater.3@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2823-18-R-4015 Covered Maintenance Facility". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.
RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) 27 August 2018. Direct all questions concerning this requirement to JoAnna Adams at joanna.adams@us.af.mil.


 


JoAnna M. Adams, Phone 8508824084, Email joanna.adams@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP