SOLICITATION NOTICE
Y -- 3-Bay General Purpose Hangar, Aircraft Parking Apron, 2-Bay Corrosion Control Fuel Cell Hangar, and General Maintenance Hangar at McConnell Air Force Base, Kansas
- Notice Date
- 12/9/2013
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ14R4001
- Response Due
- 12/22/2013
- Archive Date
- 2/7/2014
- Point of Contact
- Jaclyn Rivera, 816-389-2266
- E-Mail Address
-
USACE District, Kansas City
(jaclyn.c.rivera@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), Kansas City District intends to award a Firm Fixed Price contract for Design-Bid-Build for the 3-Bay General Purpose Hangar, Aircraft Parking Apron, 2-Bay Corrosion Control Fuel Cell Hangar, and General Maintenance Hangar at McConnell Air Force Base, Kansas. McConnell Air Force Base is the preferred alternative for the first active duty-led KC-46A main operating base. This is a two phase solicitation requirement utilizing a Prequalification of Sources, Lowest Price Technically Acceptable Best Value method to procure this requirement The Phase 1 for the Prequalification of Sources will be available on or about December 23, 2013 on the FedBizOpps website at www.fbo.gov. This solicitation will be posted on an unrestricted basis and both small and large businesses are eligible to respond. Work will include: 3-Bay General Purpose Hangar: 3-Bay General Purpose scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities as well as other necessary infrastructure, including personnel support area, storage areas for hazardous materials, tools, equipment and supplies and a hazardous waste collection system. The overall size of the project is approximately 175,000 sq ft. Maintenance areas will be provided with High Expansion Foam sprinkler system. This project will include all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. This requirement will include the demolition of one facility totaling 101,686 sq feet. Aircraft Parking Apron: The Aircraft Parking Apron scope consist of realignment of the existing Mass Aircraft Parking Apron (MAPA) fuel transfer lines and hydrant pit will require the relocation of the hangar apron to access the temporary route. The Parking apron is required to provide the temporary access to the KC-135 hangars during construction of the KC-46A hangars. 2-Bay Corrosion Control/Fuel Cell Hangar: The 2- Bay Corrosion Control/Fuel Cell Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work to make a complete and usable facility of approximately 145,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will include all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish five buildings totaling 28,636 sq ft. General Maintenance Hangar: The General Maintenance Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work for a complete and usable facility of approximately 69,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will include all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish two buildings totaling 6,773 sq ft. The Government will evaluate the offeror's qualifications as provided in the Phase 1 proposals in accordance with the criteria described in the Phase 1 solicitation with the principal objective of selecting up to five of the most highly qualified offerors for Phase 2. If there is no meaningful distinction or breaking point at five offerors, the Government reserves the right to invite fewer or more offerors to submit Phase 2. The Phase 1 solicitation will be available on or about the week of December 23, 2013, and Proposals will be due on or about January 21, 2014 (30 days from issuance of the solicitation). The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2 source selection procedures. The Government will evaluate the technical and pricing information provided in the Phase 2 proposals and award one contract to the offeror whose proposal offers the Lowest Price Technically Acceptable proposal representing the best value to the Government, considering the price and non-price factors described in Phase 2. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction), with a small business size standard of $33.5 million in average annual receipts. The construction cost range is estimated between $100,000,000 and $250,000,000. The estimated performance period for completion of construction is 990 calendar days from Notice to Proceed (NTP). To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov and www.ProjNet.Org. Downloads are available only through the Projnet.org website. Any amendments will only be available from the ProjNet website. Offerors are responsible for checking the FBO and ProjNet websites frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have 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 successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally 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. Point of Contact: The point of contact for all questions/inquiries is Jaclyn Rivera at phone number (816)389-2266 or by email at jaclyn.c.rivera@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ14R4001/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03248200-W 20131211/131209234153-ca8e6b2f1ba79611706eb3519e29fdd0 (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 |