Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
MODIFICATION

Y -- Pease KC-46A Hangar Project

Notice Date
11/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
RECONSTRUCTHANGARS
 
Response Due
12/4/2014
 
Archive Date
1/6/2015
 
Point of Contact
Jeff Walz, 16032271585
 
E-Mail Address
USPFO for New Hampshire
(jeffrey.g.walz.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. ALL INFORMATION SHALL BE PROVIDED FREE OF CHARGE TO THE GOVERNMENT. The New Hampshire National Guard Joint Contracting Office is conducting market research to identify businesses which have the capability to complete additions and alterations for the new Pease KC-46A Hangar Project, Pease Air National Guard Base, Newington NH, 03801 in order to facilitate a determination of an acquisition strategy. The information received will be used to gain knowledge of potential small business sources to include the following Programs: Small Business, Certified 8(a), Certified HUB Zone, Certified Women-Owned Small Business and Woman-Owned Small Business. The purpose of this Sources Sought announcement is to identify sources capable of providing support for this effort. The determination of acquisition strategy is solely with the government and will be based on this market research and information available to the government from other sources. The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, and the related small business size standard is $36.5 Million. The estimated dollar magnitude of this project is between $25 Million and $100 Million dollars. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY with the intent of awarding a firm fixed price contract. All interested firms are encouraged to respond to this announcement no later than December 4, 2014, 2:00 PM EST, by submitting all requested documentation listed below by email to: Major Jeff Walz at jeffrey.g.walz.mil@mail.mil PROJECT DESCRIPTION: The Construction Services to be performed under the firm fixed price contract will consists of furnishing labor, plant, materials, and equipment, and performing work necessary to add and alter TWO (2) existing Pease Air National Guard aircraft hangar buildings which consist of; Building 253 Fuel Cell Hangar and Building 254 Maintenance Hangar and provide TWO (2) complete and functional facilities as follows: SZCQ139901, KC-46A ADAL Fuel Cell Building 253 primarily consists of a hangar bay addition measuring approximately 193' by 111' in plan, with a height of approximately 85', and the construction of aircraft maintenance shops within the exiting hangar structure. The work includes the following principal elements: Site work, including utility work and paving; general building work, including selective demolition, hangar slab on grade floor, steel framing, fall protection, siding, hangar doors, roof, snow guards, interior walls and doors, overhead doors, casework, finishes, HVAC, plumbing, HEF fire protection system, electrical and communications work. The following OPTIONs may apply: 1) Remove and Replace Standing Seam Metal Roof. 2) Reconstruct Parking Lot. 3) LED Lighting in Hangar. 4) Parking Lot Lighting for Option 2 SZCQ139904, KC-46A ADAL Maintenance Hangar Building 254 primarily consists of demolition of a previous hangar bay addition measuring approximately 162' by 53' in plan, with a height of 61', construction of a new hangar bay addition measuring approximately 193' by 111' in plan, with a height of approximately 85', and the renovation of aircraft maintenance shops within the existing structure. The work includes the following principal elements: Site work, including utility work and paving; general building, including selective demolition, hangar slab on grade floor, steel framing, fall protection, siding, hangar doors, roof, snow guards, interior walls and doors, overhead doors, casework, finishes, HVAC, plumbing, HEF fire protection system, electrical and communications work. The following OPTIONs may apply: 1) Remove and Replace Membrane Roof. 2) Remove and Replace Standing Seam Metal Roof. 3) Reconstruct Parking Lot. 4) LED Lighting in Hangar. 5) Replace Office Doors. Duration of the project is 18 months from Notice. Alteration and repairs to Hangar Building 253 and Hangar Building 254 will run concurrently. The hangar bay in building 253 must be 100% usable by the Government before effort of work associated with the hangar bay in building 254 can be started. This is required so that the 157th Air Refueling Wing can continue to complete required aircraft maintenance on the KC-135 aircraft during construction of the subject project. The work outside the hangar bay in building 254 can be started simultaneously as the work in building 253. This yields an overall contract duration of 30 months. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Interested firms should submit using the attached quote mark Sources Sought Info Registration Form quote mark demonstrating the ability to perform work listed above. Packages should include the following information: 1. Company name as registered in SAM, address and business size under NAICS 236220. 2. Identify small business type, if applicable (HUBZone, VOSB, SDVOSB, WOSB, 8(a), etc). 3. Provide firm's Individual Project Bonding limit and Total Aggregate Bonding Capability available to perform the required work. 4. Demonstration of the firm's Experience as a Prime Contractor by providing a minimum of 3 references on projects of similar size, type and complexity and in a similar climate within the past Seven years. List the following: Project Name, Location, Detailed Project Description, Initial Cost Estimate, Actual Final Cost, Was the project completed on-time, what portion of the work was self-performed and Number of craft trades present on the project. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for a contract award. Firms can register via the SAM internet site at http://www.sam.gov. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Contracting Office Address: NH-NG Joint Contracting Office ATTN: MAJ Jeff Walz 302 Newmarket Street Bldg 145, 2nd Floor Pease ANGB NH, 03803-0157 Place of Performance: Pease Air National Guard Base Newington NH United States Primary Point of Contact: MAJ Jeff Walz jeffrey.g.walz.mil@mail.mil Phone: 603-227-1585 Alternate Point of Contact: Mr. Scott L. Ballweg Scott.l.ballweg.civ@mail.mil Phone: 603-715-3670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/RECONSTRUCTHANGARS/listing.html)
 
Place of Performance
Address: NH Air National Guard 302 Newmarket Street, Building 145, Portsmouth NH
Zip Code: 03801
 
Record
SN03569548-W 20141109/141107234231-4ef55b88cf45f34289ad5628be41d620 (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.