Alabama Bids > Bid Detail

REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159090715913472
Posted Date: Dec 14, 2022
Due Date: Dec 30, 2022
Solicitation No: W912QR23R0003
Source: https://sam.gov/opp/00196f40c4...
Follow
REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN
Active
Contract Opportunity
Notice ID
W912QR23R0003
Related Notice
W912QR-B1455MAXWELL
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2022 11:53 am EST
  • Original Response Date: Dec 30, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    AL
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR23R0003 for a fully designed construction to include the renovation of the Nose Bay of Building 1455 and includes the adjacent administration area to accommodate the simulator mission.



Provide all labor, material, and equipment necessary to safely repair/construct the Building 1455 at Maxwell Air Reserve Base on time and within budget. Scope of project calls for the construction/renovation of the nose bay of Building 1455 and includes the adjacent administration area to accommodate the simulator mission. Current Square Footage is approximately 21,000 square feet. Renovations to Building 1455 involves the demolishing of the existing one-story storage area at the southeast corner of hangar area; renovating existing one-story storage area at northeast corner of hangar area into three multipurpose rooms; constructing an addition on east side of hangar area for mission planning and TSG (simulator maintenance) on the first floor; constructing two interior stairs and an elevator; constructing OFT computer rooms, and CPT and weapons procedural trainer (WPT) training rooms, as well as building support spaces; constructing a second floor with multipurpose, mission planning, EDS training rooms, TSG, as well as building support spaces and mechanical mezzanine(s); and constructing a building addition to the one-story portion of the building to accommodate all of the administrative position requirements. This project includes required cybersecurity. This project includes all mechanical, electrical, civil, and structural repairs for a complete and usable facility. 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.



The project is anticipated to contain the following options:




  1. Exterior Stairs



The Contract Duration is expected to be between 475 and 576 calendar days from Notice to Proceed.





TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 -Commercial and Institutional Building Construction. Size Limitation is $39.5M.

TYPE OF SET-ASIDE: This acquisition will be an UNRESTRICTED procurement.





SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I – Prime Contractor Past Performance, Factor II – Management Approach, and Factor III – Small Business Participation Plan. Volume II – Factor I – Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors other than price, when combined, are considered approximately equal to cost or price.





DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10 million and $25 million in accordance with DFARS 236.204.





ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 Dec 2022. Additional details can be found in the solicitation when it is posted to www.SAM.gov

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will 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.

REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Levi Speth at Levi.R.Speth@usace.army.mil.





This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >