SOLICITATION NOTICE
Y -- Repair Aircraft Maintenance Unit (AMU), Facility 5251 at Davis-Monthan Air Force Base, AZ
- Notice Date
- 7/28/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR17B0015
- Archive Date
- 10/2/2017
- Point of Contact
- Jesse E. Scharlow, Phone: 5023156183
- E-Mail Address
-
jesse.e.scharlow@usace.army.mil
(jesse.e.scharlow@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Repair Aircraft Maintenance Unit (AMU), Facility 5251 at Davis-Monthan Air Force Base, Arizona Description: This project consists of the renovation of Aircraft Maintenance Unit (AMU) Facility 5251 that will renovate and sustain the aircraft hangar for the 924th Aircraft Maintenance Squadron (AMS). It is located at Davis-Monthan AFB, Tucson, Arizona in Maricopa County. The AMU facility is approximately 48,640 square feet and consists of 4 hangar bays and 5 administrative spaces. Sustainment will include flooring, HVAC, plumbing, electrical, fire suppression/detection, and painting as well as any necessary work to bring the facility into compliance with current standards. Renovation work will include relocating walls, including restrooms, adding additional electrical/communication systems for computer area, HVAC, adding signage throughout the facility, replacing insulation panels, etc. Temporary Facilities for Year One, and Minor Construction and Utilities for Temporary Facilities Year One for the 924th AMS will also be included. The solicitation may contain the following options: Exterior Canopy, New Solar Tubes, Existing Hangar Door Repair, Door Awnings, Paint Exterior Metal Wall Panels, Renovation of Admin Area A, Hangar Floor Coating, Mezzanine at Area C, Lightning Protection System, Furniture in Area A, Furniture in Area B, Furniture in Areas C-E, Temporary Facilities for Year Two, and Minor Construction and Utilities for Temporary Facilities Year Two. Contract duration is 730 calendar days from contract award. A Site Visit will be held, and information regarding will be provided in the Solicitation. Type of Contracts and NAICS: The RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Type of Set-Aside: This acquisition will be a Full and Open procurement with the HUBZONE Price Evaluation Preference for the basis for award. Size Limitation is $36.5M. Selection Process: This is a sealed bid procurement. Discussions: The Government intends to award without discussions. Construction Magnitude: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 10 August 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 12 September 2017 at 2:00 p.m. Louisville time (EDST). 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. Registrations: 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 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jesse Scharlow Jesse.E.Scharlow@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR17B0015/listing.html)
- Place of Performance
- Address: 600 Dr. Martin Luther King Jr. Place, Louisville, Kentucky, 40202, United States
- Zip Code: 40202
- Zip Code: 40202
- Record
- SN04603592-W 20170730/170728232704-eec69f07f1eafefe510a62cb08090687 (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 |