The RFP Database
New business relationships start here

P211 Replace Aircraft Maintenance Hangar


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

Naval Air Station Key West, Florida

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes for determining whether to set-aside the requirement for small businesses. No telephone call will be accepted requesting a bid package or solicitation. There will be no bid package or solicitation.
In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUBZone Small Business(HUBZone), Service Disable Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project includes demolition of existing hangar A-936 and construction of a new aircraft maintenance hangar at NAS Key West, FL as follows:

Project Description:

The general scope of this requirement is a Design-Build Construction Contract for the construction of a two-module Type I aircraft maintenance hangar (approximately 110,000 SF) and associated airfield pavement for aircraft ingress and egress to hangar and operational storage.
The new facility will contain high-bay space, shops and maintenance space, secure spaces, operation, training, and administrative space. The maintenance hangar will require a special foundation, overhead bridge crane, and elevators. Project includes all pertinent site improvements, site preparations, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, drainage, parking, and exterior lighting. Mechanical systems will include compressed air, HVAC systems, potable and fire protection water distribution, aqueous film-forming foam (AFFF) system, sanitary sewer, and storm water systems. Project includes demolition of existing hangar A-936 upon completion of the new aircraft maintenance facility.

The estimated cost of construction, including demolition of existing facility, is between $25,000,000 and $100,000,000, The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction with a Small Business Size Standard of $36.5 million (M).
Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees.

Interested sources are invited to respond to this sources sought announcement. The government is only seeking a 1 to 4-page response. The information which must be contained in your response is as follows:

1.    Provide company information to include name, address, phone number, email address and DUNS number.

2.    Identify whether your firm is a self-certified Small Business or SDVOSB, or a SBA certified 8(a, HUBzone, or WOSB firm. If you are an 8(a), HUBZone, or WOSB firm, provide proof of SBA certification. If you are submitting as a mentor-protC)gC) joint venture under the 8(a) program, you must provide SBA approval of the mentor-protC)gC) agreement to be considered as small for this procurement.
For information on the definition or requirements for these, refer to http://www.sba.gov/.

3.     Respondents must include references and a capability statement for a minimum of three (3) to a maximum of (5) projects that meet the specific capabilities listed below:

b"    Government or commercial new construction contracts/projects your firm has completed in the last seven (7) years as the prime contractor that best demonstrate your experience on projects that are similar in size, scope, and complexity to this requirement.

b"    Experience must be demonstrated in construction of new aircraft maintenance hangars and secure spaces.

b"    All projects must involve new construction of facilities; repair projects will not be considered.


b"    All hangar projects must have a minimum construction cost of $25,000,000.

4.    Bonding Capacity: Information must include suretybs name, point of contact, telephone number, email address, and the bonding capacity of at least $50 Million per project, and the maximum aggregate bonding.

The capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companybs ability to demonstrate existing-or-developed expertise and experience in relation to area specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities.
After completing its analysis, the Government will determine whether to limit competition among 8(a), HUBZone, SDVOSB, WOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.

Please respond to this announcement NLT 19 November 2018 via email to Reginald.d.taylor@navy.mil. The subject line of the email shall read: P211 Replace Aircraft Maintenance Hangar, NAS Key West, Florida. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

Reggie Taylor, (904) 542-6704

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP