SOLICITATION NOTICE
Y -- Aircraft Maintenance Instructional Building, Fort Eustis, VA
- Notice Date
- 6/5/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-B-0018
- Point of Contact
- Joy M. Wright, Phone: 7572017145
- E-Mail Address
-
joy.m.wright@usace.army.mil
(joy.m.wright@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Norfolk District (NAO) is contemplating a Firm Fixed Priced, ‘C' contract for constructing an Aircraft Maintenance Instructional Building at Fort Eustis, VA. Project Description: Work includes the construction of an Aircraft Maintenance Instructional Building at Fort Eustis, VA. The project includes high bays with space for applied instruction classrooms. A supporting tool/equipment storage and issue space, as well as laboratories, instructor work and counseling areas, and appropriate supporting space to enable automated instruction, and aircraft part and equipment mock-up demonstration space. A ground support equipment storage facility and paved apron hardstand for aircraft support equipment storage and movement is also required. Unique aspects of the project include the following: 1. Four high bay training areas, approximately 89 feet x 189 feet x 40 feet clear height 2. Steel framed construction 3. Heavy hot rolled long span steel roof trusses 4. Bolted truss gusset construction 5. Custom bolted connections 6. Multiple overhead crane systems, 3 - ton minimum per crane 7. Deep foundations 8. Multiple construction crane critical lifts. THIS PROJECT IS PLANNED FOR SEALED BID WITH DEFINITIVE RESPONSIBILITY CRITERIA. This contract will contain a Definitive Responsibility Criteria (DRC). DRC are specific and objective standards established by an agency as a precondition to award which are design to measure a prospective contractor's ability to perform the contract. In addition to examining the criteria in FAR 9.104-1, the Contracting Officer will also examine, 1. Whether the low bidder has demonstrated experience on three projects in which lifts of pre-positioned, pre-assembled hardware weighing 30 - 50 tons have been performed using multiple cranes working in unison. 2. Whether the low bidder has demonstrated experience on three projects in which heavy hot-rolled truss sections utilizing large gusset plate connections and high strength pre tensioned bolts. 3. Whether the low bidder has demonstrated experience on three projects in which deep pile foundations were utilized, piles driven deep into the ground and footings for the structural members of the building placed on top of the driven piles. Bidders must demonstrate and address having the experience with component 1 through 3 above. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. Bidders are not required to submit additional documentation related to this criterion at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award, prior to award. Bidders will be evaluated on conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The contract duration is approximately 600 calendar days. The magnitude of construction is between $25,000,000.00 and $100,000,000.00. The NAICS code applicable to this requirement is 236220, with a small business size standard of $36.5 million. The proposed action will be an unrestricted procurement. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The solicitation will be posted on the Federal Business Opportunities website at http:www.fbo.gov on/about June 20, 2018. The bid due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0018/listing.html)
- Record
- SN04944284-W 20180607/180605231205-2d2997d9e6d7faa1c138d7e8f7c9fee7 (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 |