Aerospace Ground Equipment (AGE) Complex, Davis-Monthan AFB, Arizona
This is a SOURCES SOUGHT announcement, a market survey for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM ... This is a SOURCES SOUGHT announcement, a market survey for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-build project to support the 355FW mission and consolidated Maintenance Group and is located at Davis-Monthan AFB, AZ. This project will consist of design and construction of an Aerospace Ground Equipment (AGE) Complex. The project includes maintenance requirements for the 355FW mission and consolidated Maintenance Group for all fixed-wing aircraft assigned and transient to the installation, with the demolition of 13 facilities and 7 associated canopies into a single efficient operation. Based on a current allowance of 726 pieces of equipment, the total allowance to perform mission-essential tasks of maintenance, repair and inspection of AGE is 1,620 SM of shop space and 3,610 SM covered open storage. The shop space must contain the necessary features for repair and maintenance of AGE, including maintenance stalls with work benches, tool crib, bench stock and general storage, battery-servicing area, exhaust evacuation system, 5-ton bridge crane, jack-test area (in a separate high-bay area located on one end of the facility), fall-protection system, and a compressed-air system. The width of the maintenance bays shall allow for a drive-through traffic lane with roll-up doors at the ends of each bay; and a 5-ton bridge crane. Requirements include administrative space, personnel locker space, and general-purpose warehouse storage for AGE parts, and covered AGE storage with full concrete hardstand and secondary containment. An outside drive-thru wash rack will be provided, attached to the building and adjacent to the covered storage area. The fall protection and bridge crane are necessary for this facility to operate. Construct a solar PV array on the roof of the covered storage area. Construct and AGE Fuel Station (123-335) in this AGE complex. To eliminate the unnecessary AGE facilities, 3 buildings will be asbestos-abated and demolished; and 12 Buildings will be demolished totaling 3,033 SM; as will 2 associated canopies totaling 32 SM and the current AGE fuel station and fuel tanks. 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 results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $10,000,000.00 and $25,000,000.00. Estimated duration of the project is 510 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. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 20% 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. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-protégé and teaming arrangement information. 6. Firm's Bonding capability (Firms MUST be able to Bond over $10,000,000.00 - 25,000,000.00) (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by email or regular mail no later than 17 May 2019 by 10:00 am. (PDT). All interested firms must be registered in SAM (System Acquisition Management) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Tracey Daggy, CESPL-CT-E, Los Angeles, CA 90017, (213) 452-3239. The email address is: tracey.i.daggy@usace.army.mil. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »