Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOURCES SOUGHT

Y -- F-22 Low Observable Composite Repair Facility (LOCRF)

Notice Date
12/2/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
 
ZIP Code
96707
 
Solicitation Number
W912J6-10-T
 
Response Due
12/14/2009
 
Archive Date
2/12/2010
 
Point of Contact
Byron N Cadiz, 808-844-6334
 
E-Mail Address
USPFO for Hawaii
(byron.n.cadiz@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For TFI- F-22 Low Observable Composite Repair Facility (LOCRF) Hickam Air Force Base, Hawaii This is a SOURCES SOUGHT SYNOPSIS announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Hawaii National Guard has been tasked to solicit and award a project to include the construction of a new F-22 LOCRF complex with two paint bays, each with a specialized paint booth, at Hickam Air Force Base, Hawaii. Proposed project will be a Firm Fixed Price contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Construction Services to be performed under a firm fixed price contract will consist of the construction of a new F-22 LOCRF complex with two paint bays, each with a specialized paint booth. The paint bay environment is designed for the laminar flow paint process. Clean air is introduced into the booths through a special intake plenum door at the front of the enclosure, and is exhausted through a plenum at the rear of the booth. In addition to the paint hangar bays the new facility includes maintenance support spaces, administrative office spaces, utility spaces, and life safety support spaces. Portions of the facility are classified as a Special Access Program Facility (SAPF) and designed to meet JAFAN 6/9 physical security standards. The hangar bays will be constructed to meet the SAPF requirements of JAFAN 6/9 as well as meet the requirements of AFI 31-101 for Protection Level 3 (PL3). A secure area (IMIS server room) will be established within the facility to house the Maintenance Server Unit (MSU) that permanently stores classified maintenance data. Another adjacent secure space will be set up with IMIS docking stations to allow maintenance personnel to download support maintenance tasking data from the IMIS server to their Portable Maintenance Aid (PMA), which personnel can take to hangar, flight line, or shop area to complete the maintenance actions. Additive Bid Options for this project will include: 1. Carbon Filters for Paint Hangar Exhaust Filter Wall 2. Site Surfacing (Pavement, Sidewalks, and Curbs) 3. Landscape 4. Lockers, Benches, and Casework 5. Storm Drain Infiltrators 6. Hangar Floor Epoxy Coating Estimated Construction Range: More than $10,000,000. Duration of project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on Past Performance and Price. Anticipated solicitation issuance date is on or about 26 January 2010, and the estimated proposal due date will be on or about 12 March 2010. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 15 December 2009. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a). Offerors Joint Venture information if applicable existing and potential. Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Offerors shall respond to this Sources Sought Synopsis and ensure Government receipt no later than 5:00 PM (HST) 14 December 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response CPT Shawn Naito, Contract Specialist. Mailing Address: USPFO-HI Purchasing & Contracting Division ATTN: CPT Shawn Naito 91-1179 Enterprise Avenue, Bldg 117 Kapolei, HI 96707-2150 FAX No. (808) 844-6340 Email address: shawn.naito@ng.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Set-aside code:Total Small Business Place of performance: Hickam Air Force Base, Hawaii 96853 U.S. Contact:Shawn Naito, 808-844-6332
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-10-T/listing.html)
 
Place of Performance
Address: Hickam Air Force Base Harbor Drive HAFB HI
Zip Code: 96853
 
Record
SN02015009-W 20091204/091202235901-382fbd47bdfc53f13b7f8f537072fbc0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.