The RFP Database
New business relationships start here

FY19 COMBAT RESCUE HELICOPTER SIMULATOR BUILDING


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

Construct (DBB) a new high bay 8000 sf Simulator Building for Combat Rescue Helicopter (CRH) training. Building shall have reinforced concrete foundation and floor slab, structural steel frame, masonry exterior walls, and standing seam metal roof. Support shall include utilities, pavements, site improvements, communication support, and all other work necessary to provide a complete and usable high bay simulator facility.

Building areas shall include a simulator room, restrooms, mechanical room, image generator, office space, and multi-purpose rooms to accommodate briefing, de-briefing, and mission planning functions. The flight trainer facility will house the full crew operational flight simulator, computer and audio visual systems, instructor personnel, and other devices necessary to provide realistic flight operations in a simulated environment. The facility will provide space for maintenance, storage, mission planning/brief/de-brief rooms, secure intelligence vault, and administrative support. Site work will include site drainage improvements, vehicle access, curb and gutter, markings, and exterior lighting.

This project will incorporate US Air Force and ACC green/sustainable design criteria. Facilities will be designed as permanent construction in accordance with the 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 and Cybersecurity requirements.
THIS IS A RESTRICTED PROCUREMENT for Small Businesses Set-aside. This will be a Competitive Request for Proposal (RFP), using LOW VALUE TECHNICALLY ACCEPTABLE TRADE-OFF procedures, resulting in a firm fixed-price contract. The proposals will be evaluated on the evaluation criteria stated in the RFP. Both a technical and a price proposal will be required. It is the Government's intent to award based on initial offers without discussions; therefore, the offeror(s) shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 660 calendar days after receipt of Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $4,000,000.00 and $8,000,000.00. The solicitation will be made available on/or about 6 March 2019. All proposals will be due on/or about 23 April 2019 at 2:00 P.M. PST.


This is to notify all potential offerors: Solicitation No. W912PL-19-R-0016 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD Roms, Floppy Disks, Faxes, or Paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment.


IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.


 


Jimmy L Barton, Contract Specialist, Phone 213-452-3251, Email jimmy.l.barton@usace.army.mil - Sandra Oquita, Contract Specialist, Phone 213-452-3239, Email Sandra.Oquita@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP