SOURCES SOUGHT
Z -- KC-46A ADAL Hangars 1, 4 and 5, MacDill AFB, FL
- Notice Date
- 11/2/2023 12:29:58 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127824R0010
- Response Due
- 11/17/2023 3:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- JILLIAN SAFFLE, Phone: 2514415584, Kenneth Harlan, Phone: 2516943763
- E-Mail Address
-
jillian.e.saffle@usace.army.mil, kenneth.p.harlan@usace.army.mil
(jillian.e.saffle@usace.army.mil, kenneth.p.harlan@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at MacDill Air Force Base (AFB), FL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at MacDill AFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, has a need for a construction contract to alter/renovate three (3) existing aircraft hangars at MacDill AFB in Hillsborough County, Florida. The objective of this project is for the contractor to provide all labor, materials, and equipment necessary to provide the following: NVZR244601 KC-46A ADAL Aircraft Corrosion Control Hangar #1. Add an extension to allow full-in capability for the KC-46A aircraft and alter within existing corrosion control hangar to enable corrosion control operations for the KC-46A. The addition will be located on the northwest (flightline) side of the hangar to enable installation of a tail door with an extension to accommodate KC-46A tail height and meet upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding fa�ade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovations to accommodate corrosion control, composite, paint, and sheet metal shops and wash rack operations on the first floor. Also included is an alteration of the interior wall nearest to the aircraft nose to achieve minimum safety clearance, addition of a fire protection system to the hangar bay, reconfiguration of lighting, a fall restraint system to accommodate KC-46A aircraft, and replacement of existing Heating, Ventilation, and Air Conditioning chillers and antiquated interior electrical panels. The project includes site improvements, such as installation of underground piping from the fire suppression pump house to Hangar 1, relocation of a privatized 6� water main on the flightline side of the hangar, and all other work necessary to make a complete and usable facility. NVZR244602 KC-46A ADAL Aircraft Maintenance Hangar #4. Alter and add an extension to the existing aircraft maintenance hangar to allow full-in aircraft maintenance (including brake/hydraulic repair) capability for the KC-46A aircraft. The addition will be located on the southwest (flightline) side of the hangar to enable installation of a tail door with an extension to accommodate KC-46A tail height and meet the upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding fa�ade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovations to accommodate hydraulic/brake, Boom and Wing Air Refueling Pod maintenance, and administrative shops on the first floor. Maintenance area will be established on the northeast side of the aircraft nose while Wing Air Refueling Pod storage will be established on the northwest side. Work also includes the addition of a fire protection system to the hangar bay, reconfiguration of lighting, fall restraint system to accommodate KC-46A aircraft, and replacement of existing Heating Ventilation and Air Conditioning chillers and antiquated interior electrical panels. The project includes site improvements, such as installation of underground piping from the fire suppression pump house to Hangar 4 and relocation of a privatized 6� water main on the flightline side of the hangar, and all other work necessary to make a complete and usable facility. NVZR244603 KC-46A ADAL Fuel System Maintenance Dock Hangar #5. Add an extension to allow full-in capability for the KC-46A aircraft and alter within existing fuel cell hangar to accommodate KC-46A body fuel tank maintenance and storage at MacDill AFB. The addition will be located on the southwest (flightline) side of the hangar to enable retrofit of the tail door with an extension to accommodate KC-46A tail height and meet upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding facade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovation to accommodate body fuel tank storage and maintenance area. Work also includes reconfiguration of fire suppression appurtenances, lighting and fall restraint system to accommodate KC-46A aircraft. The project includes site improvements, such as relocation of a privatized 6� water main on the flightline side of the hangar to move it out from under the proposed hangar extension, and all other work necessary to make a complete and usable facility. The prospective procurement will involve awarding a construction contract in the range of $50 - $75 million. Additionally, the project must be completed within 24 months after the Notice-to-Proceed is issued. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information: The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued? NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jillian.e.saffle@usace.army.mil and kenneth.p.harlan@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than 17 November 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f245bc7c3afe4a36b5f6c6dc7640ee31/view)
- Place of Performance
- Address: Tampa, FL 33608, USA
- Zip Code: 33608
- Country: USA
- Zip Code: 33608
- Record
- SN06875190-F 20231104/231102230052 (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 |