FY19/F35A SQUADRON OPERATIONS FACILITY 6, LUKE AFB, AZ
THIS IS AN UNRESTRESTRICTED DESIGN BUILD project to support the Joint Strike Fighter (JSF) F-35A aircraft new mission bed down at Luke Air Force Base, Arizona. A new single story Squadron Operations F... THIS IS AN UNRESTRESTRICTED DESIGN BUILD project to support the Joint Strike Fighter (JSF) F-35A aircraft new mission bed down at Luke Air Force Base, Arizona. A new single story Squadron Operations Facility is required to support the beddown of the Joint Strike Fighter (JSF) F-35A aircraft. The facility is required to be operational no later than Mar 2021 in preparation for the F-35A squadron arrival in Jun 2021 The facility supports operations of an F-35A squadron containing the space for flight planning, secure air crew briefing and debriefing, as well as training and administration of the squadron. Space must be provided for the storage, care and issue of flight crew life support system equipment and personal space for changing into and out of flight clothing. Portions of the facility must meet Special Access Program Facility (SAPF) security certification. The proposed Construction will provide conventional design and construction methods to accommodate the mission of the facility to include the construction of a steelframed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof. The project will include all necessary utilities, site improvements, pavements, communications support infrastructure, and all necessary supporting work for a complete and usable facility. The project includes demolition of buildings 904, 983, and 30917 (4,034 SM). Facilities will be designed as permanent construction in accordance with current DoD Unified Facilities Criteria (UFC), General Building Requirements and, High Performance and Sustainable Building Requirements. 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. Squad Ops Minimum critical capabilities required include, DoD/Air Force or Army airfield pavement expertise, Airfield construction, Special Access Program Facility (SAPF) 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. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. This process permits tradeoffs between price and technical merit/quality and allows the Government to accept other than lowest price offer. The award decision will be based on a comparative assessment of proposals against all cource selection criteria in the solicitation 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 15 February 2019 with submittals due on or about 2 April 2019. Solicitation W912PL-19-R-0021 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »