The RFP Database
New business relationships start here

Personnel Recovery Hanger


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

The U.S. Army Corps of Engineers, Savannah District requires a contract to provide construction of A Personnel Recovery Hanger, at Moody AFB, Lowndes and Lanier County, North Georgia.

PROJECT SCOPE: This project consists of the new construction of a 4-bay HH-60 helicopter maintenance hangar with supporting maintenance shop support space in the building. The project includes all necessary supporting site development for electrical, natural gas, water, sewer, communications, fire protection, parking apron access and circulation pavements. The proposed Personnel Recovery 4-Bay Hangar / HMU to be constructed at Moody AFB will house maintenance and phase maintenance functions for assigned helicopter assets. The facility will include a helicopter maintenance unit to serve as the main control point for all HMU and Phase Maintenance activities including administration, scheduling, training, briefing and aircraft equipment/tool storage. The HMU will include maintenance shops that require off-aircraft actions and procedures. Administrative areas will house staff. Space is required for test/support equipment and tools for all mission tasking. Equipment includes items such as aircraft test equipment, maintenance tools, mobility pallets, and Technical Order 1H60(H) G-21 aircraft equipment such as hoists, seats, spare fuel tanks and exhaust/inlet covers. The project includes demolition of the existing and replacement of above ground fire protection water storage and pumphouse. The site is in a zone for on-going airfield-related operations in associated existing facilities as well as the immediately adjacent active airfield. The hangar is approximately 63,000 square feet.


PERIOD OF PERFORMANCE: The new construction must be completed within 720 calendar days of notice to proceed.


Type of Contract and NAICS: The contract issued will be Firm Fixed Price, Design-Bid-Build Contract. North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction and the size standard is $36,500,000.00.


TYPE OF SET-ASIDE: This solicitation is anticipated to be UNRESTRICTED.


CONSTRUCTION MAGNITUDE: In accordance with FARS 36.204 the Magnitude of Construction of this project is between $25,000,000 and $100,000,000.


ANTICIPATED SOLICITATION RELEASE DATE: This solicitation will be issued in electronic format only and will be available on or about August 19, 2019 is adjusted to 27 September 2019 due to permitting. No later than 15 October 2019.
Permitting has been secured. Review process has begun. Awaiting Authority to Advertise.

*** 29 October 2019 Update ***
At this time anticipated advertise date is pushed to Mid November. I will continue to answer all emails and phone calls regarding this requirement. Anticipated Acquisition Strategy is going to be IFB and remains unrestricted.  Competing USACE Missions have delayed this project but it is moving forward and USACE appreciates all interest in this project and the rescheduling of estimating teams. Please do not hesitate to contact USACE with questions regarding this pre-solicitation notice.


SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation.


SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall be valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.


 


Tonja J. Dreke, Contract Specialist, Phone 9126526071, Email tonja.j.dreke@usace.army.mil - Bruce A. Helms , Contracting Officer , Phone 912-652-6147, Email BruceA.Helms@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP