Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOLICITATION NOTICE

Y -- F-22 Low Observable Component Repair Facility (LOCRF)

Notice Date
10/8/2021 8:17:12 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621R2023
 
Response Due
11/10/2021 11:00:00 AM
 
Archive Date
11/25/2021
 
Point of Contact
Allen S Brainerd, Phone: 7572017668, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
allen.s.brainerd@usace.army.mil, dianne.k.grimes@usace.army.mil
(allen.s.brainerd@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
Amendment 5 is uploaded please review for current information. Amendment 4 is uploaded please review for current information on closing.� USACE has received authority to proceed with the acquisition of this construction project and is extending its initial solicitation phase.�This is still a bifurcated project.�Offerors are encouraged to submit proposals in response to Factors 1 and 2. All offerors, including those that submitted proposals by the original solicitation due date, will be afforded equal consideration throughout the source selection process. Refer to the SF30 for additional details. Amendment 3�is available. This is the Solicitation. Description: This project is the construction of a 6,735-square-meter, four-bay high-bay (three low observable critical repair and one wash rack) Low Observable Component Repair Facility in support of 38 additional F-22A aircraft from Tyndall Air Force Base (AFB), relocated to bed-down at Langley AFB, in Hampton, Virginia, to provide adequate maintenance capacity. Construction includes a compacted fill above the 100-year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit facade, and a standing seam metal roof. The facility will provide all necessary spaces to house three corrosion control hangar bays, one wash rack hangar, shops, tools/support, staff administration, ready room, break room, restrooms/showers/lockers, and building systems support. Each hangar bay will be equipped with appropriate air filtration supply and return systems. The project includes all utilities, site improvements, pavements, detection protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable code and design guides. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria 1-200-1, General Building Requirements. Sustainable principles and life-cycle cost-effective practices will be integrated into the design, development and construction of the project in accordance with Unified Facilities Criteria 1-200-02. This project will comply with Department of Defense minimum anti-terrorism requirements in Unified Facilities Criteria 4-010-01. Air Conditioning: 300 Tons. The three hangar bays will be used for corrosion control maintenance and one bay as a wash rack. The facility will provide fire protection and suppression systems, offices, male/female restrooms with showers and lockers, and electrical/mechanical/ telecommunications support rooms. Site utilities must provide sufficient electrical and communications service to meet F-22A in-bay power-up, data automation system and computerized diagnostic equipment requirements. The facility must provide a secure and climate-controlled space, in which to accomplish the specialized maintenance and repair procedures required for the F-22A�s state-of-the-art stealth mission technology. Construction contract duration is expected to be 730 calendar days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/232cb82ca55b42ef9d87091fb61f9c41/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN06154699-F 20211010/211008230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.