Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2002 FBO #0173
SOLICITATION NOTICE

Y -- Tennessee Air National Guard Maintenance Hangar Phase I and Optional Phase II

Notice Date
5/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
DAHA40-40-R-0009
 
Response Due
6/6/2002
 
Archive Date
7/6/2002
 
Point of Contact
John Anders, 615-313-0781
 
E-Mail Address
Email your questions to USPFO for Tennessee
(john.anders@tn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Government proposes to procure services for the construction of a two-phase Aircraft Maintenance Complex using full and open competition, competitive proposals. Phase I consists of an Aircraft Maintenance Hangar and Phase II consists of Maintenance Sh ops. Request For Proposal (RFP) will be issued no sooner than 15 days after the date this notice appears in this (FEDBIZOPPS) publication. The government intends to award one Firm Fixed Price contract from this solicitation. The contract will contain fu nded and unfunded optional work. Optional work will be awarded based on the availability of funding. The estimated magnitude of construction for Phase I is $5,000,000 to $10,000,000. Streamlined source selection procedures will be utilized and evaluation factors for award will include, in order of importance, Technical/Management Capability, Past Performance and Price. Award of the contract will be to the offeror whose proposal represents the best value to the Government. Offerors will be required, as part of their proposal, to submit a Dun and Bradstreet Information Report. Dun & Bradstreet may be reached at www.dnb.com or by telephone at 1-800-234-3867. There will be a pre-proposal meeting and site visit held approximately 10 days after issuance of the RFP. Contractors should read the entire solicitation to understand the requirements and addreess all issues and clarifications at this conference. Phase I work includes but is not limited to, construction of an approximate 54,500 SF steel framed Aircr aft Maintenance Hangar; the complete or partial demolition of four steel and/or masonry buildings and foundations consisting of approximately 31,970 SF. The Aircraft Maintenance Hangar consists of a 320? clear span open hangar bay (approximately 51,000 SF ) with supporting shops, restrooms, and utility space. The Aircraft Maintenance Hangar includes electrical, mechanical, HVAC, high expansion foam fire suppression, and overhead wet pipe sprinkler system. This facility will utilize concrete caissons; have a standing seam metal roof, and fabric door. The siding will include CMU, brick veneer, and metal wall panels. Related work includes relocation and removal of site utilities; bridge cranes in the hangar bay; asphalt roads, and concrete paving. Other re lated requirements: All work must be completed without interruption of the operation of the base. (OPTION:) The estimated magnitude of construction for Phase II is also $5,000,000 to $10,000,000. Phase II work includes but is not limited to, construction of an approximate 53,050 SF steel framed Aircraft Maintenance Shops Facility; the construction of an approximate 10,700 SF steel framed Ground Equipment Maintenance Facility; the complete demolition of two steel frame and masonry buildings and foundations consisting of approximately 56,420 SF. The Aircraft Maintenance Shops Facility consists of shops, administrative areas, restrooms, and utility space. The Aircraft Maintenance Shops Facility includes electrical, mechanical, HVAC, and fire protection syst ems. This facility is supported on spread footings with a long span steel joist; will be sided with CMU, brick veneer, cast stone block, and metal wall panels; have a single ply membrane and standing seam metal roof. The Ground Equipment Maintenance Faci lity consists of a Shops and Administration Building (approximately 5,700 SF) and a covered storage facility. The Ground Equipment Maintenance Facility includes electrical, mechanical, HVAC, and fire protection systems. This facility will be sided with C MU and have a standing seam metal roof. Related Phase II work includes fencing and relocation of site utilities. Other related requirements: All work must be completed without interruption of the operation of the base. The estimated performance period f or Phase I is 18 months. The estimated performance period for Phase II is 18 months. The government is utilizing Primavera Expedition Contract Scheduling soft ware, but offerors may propose other scheduling methods. The government is interested in formal partnering on this job and, if applicable, will work out a mutual agreement with the successful contractor. Contractors are required to identify their busines s size and status and must be registered with the Central Contractor Registration (CCR) prior to award of contract. Applications for the CCR registration database may be obtained online at http://www.ccr2000.com. The North American Industry Classificatio n System (NAICS) Code is 233320, with a small business size standard of $28,500,000. Subcontracting plans are required for large businesses. Plans and specifications will be available on CD-ROM. In addition, Paper hard copies of the plans and specificat ions will be available on a first come first serve basis. Plans and specifications will be available no earlier than 7 June 2002. A non-refundable certified check or money order, not a company check, made payable to the Treasurer of the U.S. is required for plans and specifications in the amount of twenty ($20) dollars for CD-ROM or three hundred ($300) dollars for paper hard copies. The solicitation can be provided at no cost. Plans and specifications will also be available for review at various plans houses within the US. Contractors can call the contract specialist listed above for these locations.
 
Place of Performance
Address: Tennessee Air National Guard 240 Knapp Boulevard Nashville TN
Zip Code: 37217-2538
Country: US
 
Record
SN00081126-W 20020524/020522213950 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.