Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2024 SAM #8327
SOLICITATION NOTICE

Z -- USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation � HAFB, UT

Notice Date
9/12/2024 3:27:51 PM
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824R0032
 
Response Due
11/14/2024 9:00:00 AM
 
Archive Date
11/29/2024
 
Point of Contact
Aurielle Ruiz, Phone: 3853039446, Amelia Bryant, Phone: 9165577685
 
E-Mail Address
aurielle.ruiz@usace.army.mil, Amelia.K.Bryant@usace.army.mil
(aurielle.ruiz@usace.army.mil, Amelia.K.Bryant@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of the depot aircraft maintenance mission to renovate the Plating Shop at HAFB, UT. The project is anticipated to require renovation of the HAFB plating processes facilities including repair and renovation of existing facilities at Building 505 (B505) and Building 507 (B507). The project would include modernizing the plating process in B505 for Electroless Nickel, Cadmium Plating, Chrome and HVOF Strip, Chrome Plating, Anodize/Alodine, Zinc Nickel Plating, Nickel Sulfamate Plating, Phosphate, Temper Etch, Passivate Aluminum Conversion Coat and Titanium Pickle. The shop area will be refurbished and brought in line with current process needs, environmental controls, interior electrical code requirements, and OSHA requirements. The oven area for the plating line in B505 will be reconstruct. The Type II anodize lines in B505 will be relocate to an existing plating area in B507. Government furnished equipment (GFE) will be installed with necessary support equipment. New tanks will be reinforced with structural supports to meet updated codes for vertical and horizontal forces. The project will be accomplished in four (4) phases to enable operations during construction. Different areas will be isolated for separate repairs. The contractor shall provide all labor, equipment, transportation, material along with supervision to perform the design and construction of the plating processes facilities. The performance period will be approximately one-thousand eighty-five (1,085) calendar days after notice to proceed (NTP). This is an FY19 funded acquisition using Sustainment Repair and Maintenance (SRM) funds. In accordance with DFARS 236.204(iii) the magnitude of construction will be between $100,000,000 and $250,000,000. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a Firm Fixed Price (FFP) contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236210, Industrial Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration (SBA), is $45,000,000 annual revenue. The Product Service Code (PSC) is anticipated to be Z2EZ, Repair or Alteration of Other Industrial Buildings. It is anticipated that this project shall be solicited as unrestricted on the Governmentwide Point of Entry (SAM.gov) on or about 30 September 2024 with proposals tentatively due 14 November 2024. It is currently anticipated that the Government will conduct a pre-proposal conference and/or site visit on or about 16 October. The specific date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if the estimated dates are surpassed; the Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated bid / proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid / proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids / proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids / proposals. (PIEE will automatically attach links to the PIEE posting and the relevant training docs to the SAM posting.) ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify). Additionally, the awardee will be required to contract with the privatized utilities companies that service Hill AFB to complete the required work. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov; frequently for changes to the inte
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d529ae903164e62b41b6865d044bd35/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07208922-F 20240914/240912230121 (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.