SOLICITATION NOTICE
Y -- Design Build C-130H/J Fuselage Trainer Facility
- Notice Date
- 4/24/2020 7:05:29 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
- ZIP Code
- 72201-3225
- Solicitation Number
- W9127S20R6019
- Archive Date
- 09/30/2020
- Point of Contact
- Timothy Pighee, Phone: 5013401270, Marcus D. Mitchell, Phone: 5013401253
- E-Mail Address
-
Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@usace.army.mil
(Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@usace.army.mil)
- Description
- ����������� The US Army Corps of Engineers, Little Rock District (CESWL), has been tasked to solicit and award a �one-phase� Design-Build competitive negotiation procurement in order to obtain design and construction services for a C-130H/J Fuselage Trainer Facility at the Little Rock Air Force Base (LRAFB).� ����������� The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $39.5 Million. Project Description This project is for the Design-Build construction of a C-130H/J Fuselage Trainer Facility at the Little Rock Air Force Base (LRAFB) utilizing economical design and construction methods.� The facility will comply with all applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. �������� Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01.�� Project includes the design and construction of a seven high-bay Fuselage Training Facility utilizing economical design and construction methods to accommodate the C-130H/J series training mission. Construction will include reinforced concrete foundation, steel frame structure, and metal roof. This facility will include special foundations. The project will include all necessary utilities, site improvements, pavements, communications support infrastructure, and all necessary supporting work for a complete and usable facility. The project includes four J model trainers, their associated administrative and support areas and required parking. Administrative area to include restrooms, break room and utility rooms sized to meet the requirements for both H and J model functions. The four trainers will be in individual bays sized to perform night vision google operations with maneuvering space for a K-Loader in each. The project will also include a high-bay area for three H model trainers, their associated administrative areas and required parking. The three trainers will be in individual bays sized to perform night vision goggle operations with maneuvering space for a K-Loader in each� Sustainable principles, to include Life Cycle cost-effective practices, will be integrated into the design, development and construction of the project in accordance with UFC 1-200-02. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. The new facility will meet the support requirements for three high-bay C-130H model Fuselage Trainers, four high-bay C-130J Fuselage Trainers, cargo training and associated K-loader equipment storage requirements, associated classroom and briefing spaces, and training administration areas. Specialized mechanical spaces to support each Fuselage Trainers are also required. This project was developed based on criteria specified in Air Force Manual 32-1084, Facility Requirements, C-130J Maintenance and Aircrew Training System (MATS) Facilities Design Criteria Report (dated 2 October 2008) and user interviews. In accordance with FAR 36/DFARS 236 the estimated construction range for this project is: More than $10,000,000 Anticipated Dates: Solicitation Release:� 15 MAY 2020 Award: 28 AUG 2020 Completion: 07 NOV 2022 All solicitation documents will be available when the solicitation is released The proposed contracts will be competitive firm-fixed-price contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process. There will be no public bid opening. The Government will evaluate and select for contract award the contractor that provides the best value to the Government.� All contractors shall submit a proposal that includes a technical volume and a price volume.� These proposals will be given consideration for both the technical evaluation factors and price. Solicitation will be issued as a Request for Proposal (RFP). This solicitation will be issued via betaSAM (www.beta.SAM.gov). It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. No paper copies will be provided. Notification of amendments shall be made via the website as well. It is therefore the contractor�s responsibility to check the betaSAM website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the betaSAM website (beta.SAM.gov) to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions or comments should be forwarded in writing by e-mail to Timothy Pighee at Timothy.A.Pighee@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/382e34fa0dd34d8dac747ad42ecfbe0a/view)
- Place of Performance
- Address: Jacksonville, AR, USA
- Country: USA
- Country: USA
- Record
- SN05635392-F 20200426/200424230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |