Synopsis: Construct Fuel Systems Maintenance and Aircraft Corrosion Control Hangar
Synopsis: GENERAL IFB Document Type: Pre-solicitation Notice Solicitation Number: W50S8X-20-B-0001 Classification Code: Y – Construction of Structures and Facilities Set-Aside: N/A NAICS Code: 236220 ...
Synopsis: GENERAL IFB Document Type: Pre-solicitation Notice Solicitation Number: W50S8X-20-B-0001 Classification Code: Y – Construction of Structures and Facilities Set-Aside: N/A NAICS Code: 236220 -- Commercial and Institutional Building Construction The California Air National Guard (CA ANG) intends to issue an Invitation for Bid (IFB) to award a single firm fixed price (FFP) contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of an aircraft fuel cell maintenance and corrosion control hangar, in Mountain View, CA. This project will provide an approximately 46,600 Gross SF building, consisting of an approximately 25,000 gross SF aircraft maintenance hangar high bay and approximately 21,600 gross SF of perimeter general-purpose aircraft maintenance shops, supporting administrative spaces, mechanical, electrical, fire protection, and telecommunications rooms. The building will support the following aircraft: HC-130J Combat King II (multi-engine, high-wing turboprop cargo aircraft) and HH-60G Pave Hawk (twin turboshaft helicopter). 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 exterior building materials consist of exposed smooth and split face integral color Concrete Masonry Unit (CMU), prefinished insulated metal wall panels, prefinished standing seam metal roofing, white 90 mil Ethylene Propylene Diene Monomer (EPDM) low slope roofing, aluminum window/curtain wall system with insulated low-e glazing units, and painted insulated exterior metal doors. Antiterrorism/Force Protection elements are incorporated. Site clearing within the footprint of the new facility includes the demolition of eight facilities totaling 15,000 SF and may 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. 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 Foreign Object Damage (FOD) control, site cleanliness, and site security protocols will be enforced. This project will support training and administrative requirements for the CA ANG. This project is a high-priority reprogramming action of Congress and critical to the CA ANG current mission for the 129th Rescue Wing. The construction/contract duration is 532 calendar days after Notice to Proceed (NTP) to include inspection and punch list, which provides adequate time. The North American Industry Classification System (NAICS) Code is 236220, with a size standard of $39.5M. The magnitude of this project is between $25,000,000 and $100,000,000. The project is full and open competition. The tentative date for issuing the solicitation is on-or-about 10 July 2020. The tentative date for the pre-bid conference and site visit is on-or-about 24 July 2020, 10:00 a.m. local time at the California Air National Guard’s 129th Rescue Wing/Moffett ANGB located at Moffett Federal Airfield. For orientation purposes the nearest GPS address to the contractor’s commercial inspection gate is: 934 Macon Road, Moffett Field, CA 94035. 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 main gate (Bldg. 600) 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 Paul (Nick) Ochs
Data sourced from SAM.gov.
View Official Posting »