Inactive
Notice ID:W912PL-19-R-0020
THIS WAS ORIGINALLY PRE-ADVERTISED ON JANUARY 11, 2019 UNDER SOLICITATION W912PL-19-R-0003. THIS PRE-SOLICITATION SUPERSEDES PRE-SOLICITATION W912PL-19-R-0003 AND IS ISSUED TO CORRECT THE SOLICITATION...
THIS WAS ORIGINALLY PRE-ADVERTISED ON JANUARY 11, 2019 UNDER SOLICITATION W912PL-19-R-0003. THIS PRE-SOLICITATION SUPERSEDES PRE-SOLICITATION W912PL-19-R-0003 AND IS ISSUED TO CORRECT THE SOLICITATION NUMBER. THE CORRECT SOLICITATION NUMBER IS W912PL-19-R-0020. THERE ARE NO OTHER CHANGES TO THE CONTENT. THIS IS A 100% SMALL BUSINESS SET-ASIDE. This is a design-build project to support the Joint Strike Fighter (JSF) F-35A aircraft new mission bed down at Luke Air Force Base, Arizona. A larger AMU facility is required to beddown the Joint Strike Fighter (JSF) F- 35A aircraft. The F-35 AMU is required to be operational no later than January 2021 in preparation for sixth F-35A squadron aircraft arrival in April 2021. Proposed Construction will renovate AMU section of Building 914, construct a 415 SM addition and repair existing parking lot. This alteration and addition will increase the building square footage to provide critical space for various maintenance functions. The scope will include demolition of buildings 917, 953 and 961. The new facility will contain a 75 SM vault for classified parts storage, a 10 SM COMSEC vault, unclassified maintenance debrief room, larger conference room, more administrative space, and a larger tool crib. Work will include the construction of a sprinkler equipped addition containing a steel-framed structure, masonry block exterior walls, and standing seam metal roof. Work to also include installation of F-35 unique electrical receptacles at each aircraft position with associated power distribution system; aircraft cooling units (ACUs) at each aircraft position with associated power infrastructure, repair and upgrade fire suppression system, hangar lighting, and repair of the facility roof. The facility will include aircraft maintenance areas. Repair and upgrade fire suppression system to meet with current ETLs and DoD configuration control requirement criteria (Unified Facilities Guide Specification (UFGS). The project(s) will include intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Project will comply with UFC 4-010-06 Cybersecurity Of Facility-Related Control Systems requirements for incorporating cybersecurity into the design of facility-related control systems. Project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria. ADAL AMU Minimum critical capabilities required include specialized fire protection, DoD/Air Force or Army airfield pavement expertise, Airfield construction, security specifications, cyber security compliance and ability to work in an active air operations environment. The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, "Tradeoff Process" to result in a competitive, firm-fixed price contract. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $10,000,000 to $25,000,000.00. Estimated duration of the project is 540 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y -- Construction of structures and facilities. Estimated duration of the project is 540 calendar days. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. The solicitation will be available on or about 28 January 2019 with submittals due on or about 28 February 2019. Solicitation W912PL-19-R-0003 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USEOF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866)606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.