The RFP Database
New business relationships start here

P-077 KC-130J ENLISTED AIRCREW TRAINING SYSTEM FORT WORTH JRB, FORT WORTH, TEXAS


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

Sources Sought for the Construction of P-077 KC-130J Enlisted Aircrew Training System (EACTS) Facility, NAS Ft Worth JRB, Fort Worth, TX

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is 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 qualified and interested parties in any of the following categories: Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources, U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Women Owned Small Business (WOSB) with current relevant qualifications, experience, personnel, and capability to perform.
    
Project Descriptions:
The project will construct a 19,800 square feet (S.F.) high-bay facility that provides a covered, all-weather training environment to house a KC-130J trainer system. This space includes Contracted Simulator Support office spaces.
The trainer system will include a Cockpit Procedures Trainer (CPT), Weapons System Trainer (WST), Fuselage Trainer (FUT) and Observer Training Aid (OBST). The project will provide roll-up high bay door, concrete slab, reinforced concrete masonry unit (CMU) and standing seam metal roof. The project will also provide raised access flooring for communications and power distribution for CPT and OTA as required; provide fire protection system and heat and air conditioning ventilation for all spaces, to include a vehicle exhaust system. Interior wall construction consists of both CMU and gypsum wallboard over metal studs. Information systems will include telephone, Sensitive but Unclassified (NIRPNET) IP data, Secret Internet Protocol Routed Network (SIPR), fiber optics, cable TV, security and fire alarm systems and infrastructure.

This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations, physical security in accordance with the DoD Minimum Anti-Terrorism Standards for Buildings.

Built-in equipment includes an air compressor system, roll up doors, an aircraft pallet rack, an exhaust system for the HUMVEE, a fire pump, bridge crane rails and a raised floor for the CPT and OTA trainers.
Operations and Maintenance Support Information (OMSI) is included in this project with the Secure Internet Protocol Router Network and the Intrusion Detection System Wiring Premium.
Sustainable design principles are included in the design and construction of the project in accordance with Executive Order 13423 and other laws and Executive Orders. Facilities will meet Leadership in Energy and Environmental Design (LEED) and comply with the Energy Policy Act of 2005 and Energy Independence and Security


The contract will be for a term between one and two years. The estimated cost for this project is more than $10,000,000. The North American Industry Classification System (NAICS) Code for this solicitation is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5 million (M).


The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be one to 5 page. 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 an 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 or as an all smalls mentor-protC)gC), you must provide SBA approval of the mentor-protC)gC) agreement to be considered as small for this procurement.
For more information on the definition or requirements for these, refer to http://www.sba.gov/.

3. Responders shall provide a minimum of two (2) to a maximum of five (5) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below:

b"    Vertical with horizontal construction projects that your firm was the Prime Contractor; must have been completed, have a value of approximately $8,000,000 or greater; and were similar in size, scope and complexity to the proposed KC-130J Enlisted Aircrew Training System (EACTS) Facility project.
b"    Provide a brief description including completion date and final contract value.
If they are not approximately $8,000,000, identify the dollar value and explain in no more than one paragraph why we should consider the project.

4. Bonding Capacity: Information must include suretybs name, point of contact, telephone number, email address, and the bonding capacity of at least $10 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 the areas 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, Veteran-Owned Small Business WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.

Please respond to this announcement by 2:00 PM Eastern Time up to 15 days after posting of this sources sought, via email to sheila.borges@navy.mil. The subject line of the email shall state: P-077 KC-130J ENLISTED AIRCREW TRAINING SYSTEM (EACTS) FACILITY AT NAS FT WORTH JRB, FORT WORTH, TX.
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.

Sheila Borges, sheila.borges@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP