SOURCES SOUGHT
Y -- Large Aircraft Maintenance Hangar (LAMH) - Capability Statement
- Notice Date
- 10/19/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-19-R-0001
- Point of Contact
- Tino Philip, , Karin H. Carroll, Phone: 5406653669
- E-Mail Address
-
Tino.Philip@usace.army.mil, Karin.H.Carroll@usace.army.mil
(Tino.Philip@usace.army.mil, Karin.H.Carroll@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Capability Statement W912ER-19-R-0001 Large Aircraft Maintenance Hangar UAE SYNOPSIS: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information, for market research purposes, from capable and reliable sources who may be interested in submitting a proposal to perform Design-Bid-Build (D-B-B) construction for the Large Aircraft Maintenance Hangar (LAMH), which will be constructed within the Al Dhafra Air Base, UAE. A single firm fixed price contract will be awarded to a prime construction contractor. PROJECT SCOPE: This project scope is for a large hangar, access apron pavement, utilities and other infrastructure that are required for a complete and usable LAMH. The structure(s) will serve as hangar space for one or more aircraft and each may contain organizational, maintenance, and administration spaces. The facilities must include a 6,000 SM single bay, large aircraft maintenance hangar, with fuel cell maintenance capabilities, and exterior lighting. Supply space must be provided within one of the structures. Hangar access and parking aprons of approximately 8,900 SM will also be constructed. The facilities will include the construction of water storage tanks for fire protection and domestic water supply, and a domestic sewage holding tank with the ability to convert to a small lift station to integrate with the full build-out of the sanitary sewer collection system for the U.S. Development Area. Included in the layout will need to be an electrical yard to house multiple permanent compact substations and temporary generators until commercial power can be provided, and a mechanical yard to house the chiller and other mechanical equipment. The facility layout must have roadway pavement and vehicular parking. Roadway includes a looped road on backside of hangar to provide fire apparatus the ability to turn around. Finally, there will need to be a communications distribution system that includes a fiber optic Outside Plant (OSP) distribution system, NIPRNet and SIPRNet, and Electronic Security Systems (ESS) which provide Intrusion Detection System (IDS) and Closed Circuit Television (CCTV) capabilities. Development area on the site is limited. It is important that this facility be designed to effectively utilize the site to satisfy the Request for Proposal (RFP) requirements while ensuring adequate maneuvering and parking space for the aircraft. All structures shall comply with applicable building codes, Unified Facilities Criteria, and regulations whichever is more stringent. Site work shall include; demolition of existing improvements, grading, vehicle paving, taxiways, and access driveways, a new Airfield Ground Equipment (AGE) yard, apron area paving, storm drainage, walkways and sidewalks, utility corridors, fire protection access, bicycle racks, site and apron lighting, and dumpster/recycling enclosures. The Project may have options such as Furniture, Fixtures and Equipment, Electronic Security Systems, Cooling Barn, Alternate Storm Water Management System etc. Period of Performance: Anticipated period of performance is six hundred and fifty five (655) calendar days from Notice to Proceed (NTP) for the entire scope of work. Magnitude of Construction Project: The magnitude of design and construction for Large Aircraft Maintenance Hangar is between $25,000,000.00 and $100,000,000.00. PROPOSAL PROCEDURES: The Government is considering a full and open design-bid-build solicitation in accordance with FAR Part 36 and15 procedures for this project. The Best Value Trade-off (BVTO) contracting method may be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition will result in a single fixed price construction contract awarded based on BVTO determination. SUBMISSION REQUIREMENTS: a. Provide your experience completing construction of a Large Aircraft Maintenance Hangar in the CENTCOM AOR: List 3-5 projects that demonstrate your recent experience and ability to perform similar scope to include the construction of a large hangar, access apron pavement, utilities and other infrastructure that are required for a complete and usable LAMH. Include your role as either prime or subcontractor and include your role in the project as well as the project scope, location, value at completion, and date completed or % complete if still in progress. b. Indicate whether you possess a current UAE and/or CMW business license. Firms submitting responses shall provide information on the projects that prove you can meet the qualifications criteria listed above, with contract number, project location, description of work, roles in the project execution and other references including subcontractors. PROPOSAL PERIOD: D-B-B Solicitation may schedule for release on or about December 5, 2018. The proposals may be due on or about February 7, 2019. Contract award is scheduled on or about June 11, 2019. This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide a response in the affirmative or negative if your company is interested in participating in this opportunity no later than on October 29, 2018 at 4:00PM EDT, sooner if at all possible. Questions concerning the processes and procedures can be sent to Peter S. Smith, email: Peter.S.Smith@usace.army.mil, Tino Philip, e-mail: Tino.Philip@usace.army.mil, and Karin H. Carroll, email: Karin.H.Carroll@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-19-R-0001/listing.html)
- Place of Performance
- Address: United Arab Emirates (UAE), United States
- Record
- SN05129981-W 20181021/181019230500-a18f001180e05b5d05c15788a916a322 (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 |