The RFP Database
New business relationships start here

DB F-35A Munitions Maintenance Complex


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

W91238-17-R-0774

This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to daniel.e.czech@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.


Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for design-build an F-35A Munitions
Maintenance Complex composed of a standalone three-bay munitions maintenance facility, and an addition with modernization of adjacent munitions maintenance facility at Hill AFB, UT. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.


This project is planned for advertising in May 2017.


In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be $5M-$10M. It is estimated to have a duration of less than 365 days.


The resulting contract type is expected to be a Firm-Fixed Price.


The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Z2EA.


Under Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3) Limitations on Subcontracting, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction.


Under FAR clause 52.236-1 Performance of Work by the Contractor, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.



PROJECT DESCRIPTION


Construct an F-35A Munitions Maintenance Complex composed of a 1,051 SM standalone three-bay munitions maintenance facility, and a 332 SM addition to Bldg 988. Project includes renovating and modernizing Bldg 988. The standalone munitions maintenance facility will include three drive-through maintenance bays and an administrative support area. The addition to Bldg 988 will include a 35 SM storage bay and a 297 SM munitions maintenance bay. All new construction will consist of reinforced concrete footings, foundations, slabs, and maintenance bay walls; insulated steel frame walls with metal siding for the storage bay addition to Bldg 988; and an insulated standing seam metal roof over both the standalone facility and the additions to Bldg 988. All maintenance bays, whether existing or new, will be
equipped with 115 VAC, 60 Hz, single phase and 115 VAC, 400 Hz, three phase power and explosion proof lighting, outlets, switches, and door openers. Provide self-supporting 5-ton bridge crane in the maintenance bay addition to Bldg 988. All new construction will have fire detection/ suppression, intrusion detection, and catenary lightning protection. Bldg 988 renovation and modernization will include fiber optics for the communication system. Project includes all supporting utilities, site improvements and pavements including access roads and parking lot. Demolish three facilities totaling 1,165 SM. Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.


CAPABILITY STATEMENT


The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.


1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.


2) Offeror's interest in proposing on the solicitation when it is issued.


3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.


4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).


5) Offeror's Joint Venture information if applicable - existing and potential.


6) Offeror's Bonding Capability in the form of a letter from Surety.


The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.


Please notify this office in writing by email by 2:30 PM Pacific Time on 19 Jan 2016. Submit response and information through email to: daniel.d.czech@usace.army.mil. Please include the Sources Sought No. W91238-17-R-0774 in the subject line.


Daniel E. Czech, Contracting Officer, Phone 9165577012, Email daniel.e.czech@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP