ADC HANGER
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...
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
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
ADC HANGER
This is a sources sought announcement; a market survey for information only to be used for preliminary planning purposes. The purpose of this synopsis is to gain knowledge of potential sources for thi... This is a sources sought announcement; a market survey for information only to be used for preliminary planning purposes. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested small business sources. This notice is for planning purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All interested parties should respond. The CRTC/ COMBAT READINESS TRAINING CENTER intends to issue a solicitation and award a firm-fixed price contract to construct a high-bay aircraft maintenance hangar and associated aircraft maintenance shops by utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: Provide new electrical feeder with switch and breaker and High Expansion Foam system. Provide fall arrest system for fighter and large frame aircraft. Demolish facilities in the footprint of this construction. Air Conditioning: 45 Tons. The installation requires properly sited, adequately sized, and appropriately configured facilities to support its mission, specifically supporting the Air Dominance Center and its training mission to provide airspace, ranges, systems, facilities, and equipment for deployed total force units to enhance capabilities and combat readiness through an integrated, year-round, and realistic training environment. An aircraft maintenance hangar, back shops, and support space is required to accommodate deployed maintenance needs of fighter aircraft, to include 5th generation fighters, as well as large frame support aircraft. Fifth generation aircraft such as the F-22 requires specific maintenance housing and equipment. This facility will provide 3 spaces for fighter aircraft maintenance, to include 5th generation aircraft, or 1 space C-130 aircraft maintenance. In accordance with DFARS 236.204, the magnitude of this project is between $10,000,000 and $25,000,000. All interested concerns will provide this office a response in writing no later than Wednesday 26 Feb 2020, 10:00 am EST. This response shall not exceed five (5) typed pages and must include the following: (1) Positive statement of intent to submit a proposal as a prime contractor; (2) Completed and signed Source Sought Information Request Form; (3) Listing of projects of similar size and scope completed during the past five years, both for government and private industry. The name/type of project, description, dollar value, contract number, location, and point of contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor; and (4) Brief outline of resources, subcontractors, and key personnel that would be used to accomplish this contract. In the event a sufficient number of Small Business contractors are not capable or not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: SMSgt John Tompkins at john.b.tompkins.mil@mail.mil. Include the following in the subject line: Sources Sought W50S7020B0001. Facsimile responses will NOT be honored.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »