Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

Y -- ADC HANGER

Notice Date
5/26/2020 5:53:22 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M3 USPFO ACTIVITY GAANG 165 GARDEN CITY GA 31408-9001 USA
 
ZIP Code
31408-9001
 
Solicitation Number
W50S7020B0001
 
Response Due
5/7/2022 10:00:00 AM
 
Archive Date
05/22/2022
 
Point of Contact
John B. Tompkins, Phone: 9129668272, James Sheppard, Phone: 9129668437, Fax: 9129668472
 
E-Mail Address
john.b.tompkins.mil@mail.mil, james.sheppard12.mil@mail.mil
(john.b.tompkins.mil@mail.mil, james.sheppard12.mil@mail.mil)
 
Description
The Georgia Air National Guard (GA ANG) intends to issue an Invitation for Bid (IFB) to award a single firm fixed price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of an aircraft maintenance hangar, in Garden City, GA. This project will provide an approximately 38,880 Gross SF building, consisting of approximately 20,000 gross SF aircraft maintenance hangar high bay and approximately 18,878 gross SF of perimeter general purpose aircraft maintenance shops, supporting administrative spaces, mechanical, electrical, fire protection, and telecommunications rooms. The building will support a variety of large body and fighter aircraft to include the F-22 and F-35. The building will be of permanent construction with electrical, mechanical, HVAC, plumbing, high expansion foam and wet sprinkler fire suppression, fire detection, access control, direct digital control, utility management, intrusion detection, and fall protection systems. The hangar bay doors will be steel rolling doors with center leaf apertures to accommodate the tails of large body aircraft. Roof construction will be standing seam metal roof. Both the roof and metal wall panel systems are custom specified to require all 20 year NDL warranty provisions to remain in full effect for (3 sec) peak gust wind speeds of 115 mph (ASCE 7-10). Load bearing and load transfer elements include structural steel framing and reinforced masonry construction. Facility will include high performance and sustainable building requirements and will undergo commissioning. Facility will include special construction and special systems to support secure spaces and next generation fighter aircraft. Antiterrorism/Force Protection elements are incorporated. Site clearing within the footprint of the new facility includes the demolition of three facilities totaling 26,000 SF and will include asbestos and lead abatement. Supporting facilities include land clearing and grading, aircraft concrete pavements, asphalt pavements, underground tanks, fencing, general site improvements, and extension of underground utilities to serve project. This project will meet a USGBC LEED� Silver Certifiable level of construction. The project is located adjacent to a military airfield with direct access to an aircraft parking ramp that will remain continuously active for the duration of project and under continuous security forces observation. Strict FOD control, site cleanliness, and site security protocols will be tightly enforced. This project will support training and administrative requirements for the GA ANG. This project is a high-priority reprogramming action of Congress and critical to the GA ANG current mission for the 165th Airlift Wing/Savannah CRTC Air Dominance Center. The construction/contract duration is 540 calendar days after Notice to Proceed (NTP) to include inspection and punch list, which provides adequate time, also allowing adequate time for incidents of hurricane-type weather. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39.5M. The magnitude of this project is between $10,000,000 and $25,000,000. The project is full and open competition. The tentative date for issuing the solicitation is on or about 11 June 2020. The tentative date for the pre-bid conference and site visit is on-or-about 26 June 2020, 10:00 a.m. local time at the Georgia Air National Guard 165th Airlift Wing/CRTC military installation located at the Savannah-Hilton Head International Airport. For orientation purposes the nearest GPS address to the contractor�s commercial inspection gate is: 400 Davidson Road, Savannah GA 31408. All interested contractors will be expected to pre-coordinate security access for the actual date of pre-bid conference posted in the solicitation or expect denial of base access. �Same day� changes to approved access rosters will not be possible. Interested contractors prepared in advance with confirmed pre-coordinated access will report to the commercial gate Visitor Center (Bldg 304) to be directed to the pre-bid conference. The site visit will follow the pre-bid conference. Interested contractors are strongly encouraged to attend both and shall follow any other conference registration and base access requirements posted in the solicitation. Any questions for the pre-bid conference must be submitted by 4:00 p.m. local time two business days prior to the event via email to Senior Master Sergeant John Tompkins . Please direct all security access coordination through Mr. Jack Waters by 12:00 noon local time one business day prior to the event.� The bid opening date is scheduled for on-or about 14 July 2020. Actual dates and times will be posted in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation will be available only from the Contract Opportunities (SAM Beta formally FBO) website online at https://beta.sam.gov/ .�� Plans and Specifications will be available as a ""controlled attachment."" You must be signed in, and your account must be associated with an entity that has been certified by the Joint Certification Program. You will not immediately be permitted to view the document. Click the document title to request access and enter your reason for requesting access in the popup window that appears. The status of the attachment will change from Controlled to Pending. You will receive an automated email indicating that you requested access to the document. You will receive a second email once your request has been adjudicated. The email will contain a link for you to sign in to view the result of your request. If your request was rejected, there will be a reason for rejection in the Response field. If your request is approved, your entity is responsible for managing the document in accordance with prescribed directives. If your entity is not certified by the Joint Certification Program, you can go to https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ to enroll. There is a link for completing DD Form 2345. Please note that the form must be mailed along with additional information, and approval can take several weeks.� This project will require Brand Name equipment that has been approved by the Contracting Officer by a J&A (noted justification will be included with solicitation). These items will be on the resulting solicitation within the specifications. These items are: Door Hardware - Rim & Mortise Cylinder Interchangeable cores: �Stanley Best Access�; Building Automation & Energy Management Direct Digital Control (DDC) System Field Panels Modular Programmable Controllers (PXC): �Siemens Apogee�; Intrusion Detection System (IDS) � �Honeywell Vindicator V5�; Fire Alarm Radio Transceiver/Antenna � �Monaco Enterprises� The resulting solicitation will have Additive Bid Items, the Government will determine apparent low bidder in accordance with the procedure described in DFARS Provision 252.236-7007, Additive or Deductive Items.� The following items will be included in the upcoming solicitation with the following order of priority: 4,550 SF Shops Uplift Access Control Devices Antenna Tower Shake on hardener in Hanger Bay Resinous Epoxy in Toilets and Janitor Closets DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Garden City, GA.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca10fca4ad0e40da8318418f395a19c4/view)
 
Place of Performance
Address: Savannah, GA 31408, USA
Zip Code: 31408
Country: USA
 
Record
SN05670152-F 20200528/200526230146 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.