Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2023 SAM #7740
SOLICITATION NOTICE

Y -- KC46-A 1-Bay Corrosion Control Hangar

Notice Date
2/3/2023 7:20:39 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV23R0016
 
Response Due
2/28/2023 12:00:00 PM
 
Point of Contact
shawn brady, Phone: 9186694984, Julie S. Hill, Contracting Officer, Phone: 9186697699
 
E-Mail Address
shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil
(shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil)
 
Description
1. Action Code: This is a Pre-Solicitation notice. 2. Date: 3 February 2023 3. Contracting Office Address: ����������� USACE CEST-CT-E ����������� 2488 E. 81st Street ����������� Tulsa, Oklahoma 74137-4290 4. Classification Code: Y � Construction of Structures and Facilities 5. Subject Title: KC-46A 1 Bay Corrosion Control Hangar 6. Solicitation Number: W912BV23R0016 7. Contact(s) Points: Name�������������� Shawn Brady��������������������������������������������������� Julie S. Hill Phone�������������� 918-669-7670��������������������������������������������������� 918-669-7699 Email�������������� shawn.brady@usace.army.mil�� ����������� ����������� julie.s.hill@usace.army.mil 8. Important: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.203 - Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) later date. 9. Description: The RFP for this project is expected to be issued on or about end of February 2023.� The Proposal due date is planned on or about, end of June 2023. The North American Industry Code Standard (NAICS) is 236220 which has size standard is $45,000,000.00. The planned procurement method is contracting by Best Value Trade Off (BVTO).� The resulting contract is planned to be a firm-fixed price (FFP) contract for the work described in the Statement of Work which will be provided with the solicitation.�� The general scope of this project is to construct a high-bay depot corrosion control hangar for the KC-46A Pegasus Aerial Refueling Aircraft. The facility consists of one hangar dock sized to enclose the KC-46A aircraft and required clearances. The hangar bay will accommodate the aircraft in both nose-in and tail-in configuration. Overhead cranes and fall protection will be integrated into this facility. Included within the facility are plant equipment maintenance support and associated back shops, administrative facility support spaces including program management office spaces. It also includes clearing and grading of the site, storm drainage, aircraft parking apron, aircraft hangar dock access ramps and movement area, utility infrastructure systems, electrical, water, sewer, industrial waste, aircraft refueling system, communications, roads, vehicle parking, curb and gutter, walks and all other supporting facilities. The exterior facility envelope will be metal panels on girts with brick wainscot and large sliding hangar doors. 10. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed at Tinker Air Force Base, Oklahoma 11. Set Aside Status: This is a Full and Open Competition, 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.beta.sam.gov when the RFP is posted, and The Contractor shall submit all volumes of its proposal electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil). Interested parties can register under the Interested Vendors List at SAM.gov. This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM or PIEE (https://piee.eb.mil) in order to participate in this procurement. 13. Period of Performance (POP):� The POP is estimated for 1095 days after the Notice to Proceed. 14. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2fac1523ba89427eb605deca7a67778c/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN06582039-F 20230205/230203230106 (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.