Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
MODIFICATION

Y -- KC-46A Tanker Program located at McConnell Air Force Base, Kansas

Notice Date
10/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-R-4001
 
Response Due
10/16/2013
 
Archive Date
12/1/2013
 
Point of Contact
Jaclyn Rivera, 816-389-2266
 
E-Mail Address
USACE District, Kansas City
(jaclyn.c.rivera@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
KC-46A Tanker Program located at McConnell Air Force Base, Kansas. The following is a revised Sources Sought Notice. This Sources Sought announcement is for market survey information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. The purpose of this notice is to gain knowledge of potential qualified business concerns, capable of performing Commercial and Institutional Building Construction at McConnell Air Force Base, Kansas. This effort is classified through the North American Industry Classification System (NAICS) under 236220 Commercial and Institutional Building Construction. It is anticipated that a solicitation announcement will be published in the Federal Business Opportunities on or about January 2014. The estimated cost of this Design-Bid-Build project is between $100,000,000 and $250,000,000 with an approximate duration of 990 days period of performance. The U.S. Army Corps of Engineers, Kansas City District is seeking a construction contractor to execute a single Firm Fixed-Price Design-Bid-Build contract for construction of: 1.A 2-Bay Corrosion Control/Fuel Cell Hangar. 2.A General Maintenance Hangar. 3.A 3-Bay General Purpose Maintenance Hangar. 4.Aircraft Parking Apron The 2- Bay Corrosion Control/Fuel Cell Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work to make a complete and usable facility of approximately 145,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will include all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish five buildings totaling 28,636 sq ft. The General Maintenance Hangar scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work for a complete and usable facility of approximately 69,000 sq ft. This facility will include a personnel support area, storage areas for hazardous materials, tools, equipment and supplies, as well as a hazardous waste collection system. The hangar areas will be provided with High Expansion Foam fire suppression and fall protection systems. This project will includ all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. There will be a requirement to demolish two buildings totaling 6,773 sq ft. The 3-Bay General Purpose scope consists of reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities as well as other necessary infrastructure, including personnel support area, storage areas for hazardous materials, tools, equipment and supplies and a hazardous waste collection system. The overall size of the project is approximately 175,000 sq ft. Maintenance areas will be provided with High Expansion Foam sprinkler system. This project will includ all associated utilities, site work, communications support, fire suppression extension from the existing storage/pump facility, environmental controls to include floor drains connected to holding tanks or oil separators, pavements, parking area, exterior lighting, landscaping and other support/work associated with this project. This project will comply with antiterrorism/force protection requirements identified in the DoD Unified Facilities Criteria. This requirement will include the demolition of one facility totaling 101,686 sq feet. The Aircraft Parking Apron scope consist of realignment of the existing Mass Aircraft Parking Apron (MAPA) fuel transfer lines and hydrant pit will require the relocation of the hanger apron to access the temporary route. The Parking apron is required to provide the temporary access to the KC-135 hangars during construction of the KC-46A hangars. All four projects will be in close proximity and coordination will be a key aspect to the project. The project will share many features such as fire suppression, communications, water, gas, electricity, airfield hardstand, contractor access and contractor lay down areas. This sources sought announcement is posted on an unrestricted basis and both small and large businesses are eligible to respond. Prior experience with Government contract work is not required for submitting a response under this notice; however, prior experience with construction of comparable facility projects of similar size and cost range is required. The construction cost range for each project is estimated between $100,000,000 and $250,000,000. The following information is requested in this Sources Sought (SS) with a limit of fifteen (15) pages: 1.Organization name, address, email address, Web site address, telephone number, and business size (small or large) and type of ownership for the organization; 2.Firm's interest in providing a proposal on the pending solicitations once issued and identify by project number listed above which project(s) your firm would be interested in; 3.Experience: Provide three recent projects (not more than five years old) that shows evidence of capabilities to perform work comparable to that required for the 2-Bay Corrosion Control/Fuel Cell Hangar, General Maintenance Hangar, 3-Bay General Purpose Hangar, Runway/Traffic way experience and significant site/utility work. Provide two recent projects (not more than five years old) that demonstrate the construction of multiple facilities on a confined site that were constructed simultaneously that are similar in square footage. Include the project name and description of the key/salient features of the project (i.e., Hangar construction, airfield apron hardstand, airfield lighting, large open bay steel frame construction, square footage, large fire suppression systems, fire pump house construction, complex mechanical systems, Corrosion (painting) fuel cell construction,.), coordination of sub-contractors, completion date, total contract construction value, number of modifications, whether it was design-build or construction only, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation; 4.Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of material resources and experienced staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 5.Firm's Joint Venture information, if applicable; and 6.Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company. Please send your Sources Sought responses via email to both jaclyn.c.rivera@usace.army.mil and jay.b.denker@usace.army.mil. Submission should be received by 10:00 a.m. Central Daylight Standard Time, October 16, 2013. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: McConnell Air Force Base, Kansas
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4001/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03209702-W 20131004/131002234507-d700ff25c3732d735a5d7e655bbe1a8f (fbodaily.com)
 
Source
FedBizOpps 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.