Search Contract Opportunities

F-22 Low Observable Component Repair Facility (LOCRF)   4

ID: W9123621R2023 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 15, 2022, 1:05 p.m. EST

Amendment 0014 is uploaded to add revised Small Business Participation Plan

Uploaded revised Bid Schedule - Amendment 0013

Amendment 12 Technical / ProjNet Responses and FAR clauses

Amendment 11 Technical Amendment and extend the solicitation closing date to 17 February 2022.

Amendment 10 to extend the solicitation closing date to 11 February 2022.

Site Visit 10 January is uploaded

Amendment 9 is uploaded

Amendment 8 is uploaded.

Amendment 7 is upload

Amentment 6 is uploaded

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.

Posted: Feb. 15, 2022, 11:10 a.m. EST
Posted: Feb. 10, 2022, 5:48 p.m. EST
Posted: Feb. 8, 2022, 6:52 a.m. EST
Posted: Feb. 4, 2022, 3:52 p.m. EST
Posted: Feb. 2, 2022, 3:02 p.m. EST
Posted: Jan. 11, 2022, 1:24 p.m. EST
Posted: Dec. 30, 2021, 9:07 a.m. EST
Posted: Dec. 23, 2021, 10:57 a.m. EST
Posted: Dec. 23, 2021, 6:26 a.m. EST
Posted: Nov. 9, 2021, 5:03 a.m. EST
Posted: Nov. 5, 2021, 1:36 p.m. EDT
Posted: Oct. 27, 2021, 6:54 a.m. EDT
Posted: Oct. 8, 2021, 11:17 a.m. EDT
Posted: Oct. 6, 2021, 5:35 p.m. EDT
Posted: July 23, 2021, 12:44 p.m. EDT
Posted: July 12, 2021, 10:46 a.m. EDT
Posted: Jan. 26, 2021, 4:34 p.m. EST
Posted: Jan. 11, 2021, 9:25 a.m. EST
Posted: Dec. 18, 2020, 3:56 p.m. EST
Background
The 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. 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. 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.

Work Details
The construction tasks include the construction of 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.
Each hangar bay will be equipped with appropriate air filtration supply and return systems. The project also involves site utilities providing sufficient electrical and communications service to meet F-22A in-bay power-up, data automation system and computerized diagnostic equipment requirements.
The construction contract duration is expected to be 730 calendar days.

Place of Performance
The geographic location for the construction projects is Langley AFB in Hampton, Virginia.

Overview

Response Deadline
Feb. 11, 2022, 2:00 p.m. EST (original: Jan. 28, 2021, 2:00 p.m. EST) Past Due
Posted
Dec. 18, 2020, 3:56 p.m. EST (updated: Feb. 15, 2022, 1:05 p.m. EST)
Set Aside
None
Place of Performance
Langley AFB, VA 23665 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 12/18/20 USACE Norfolk District issued Solicitation W9123621R2023 for F-22 Low Observable Component Repair Facility (LOCRF) due 2/11/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Allen S Brainerd   Profile
Phone
(757) 201-7668
Fax
None

Secondary Contact

Name
Dianne K. Grimes   Profile
Phone
(757) 201-7839
Fax
7572017183

Documents

Posted documents for Solicitation W9123621R2023

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W9123621R2023

Award Notifications

Agency published notification of awards for Solicitation W9123621R2023

Contract Awards

Prime contracts awarded through Solicitation W9123621R2023

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W9123621R2023

Similar Active Opportunities

Open contract opportunities similar to Solicitation W9123621R2023

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
May 20, 2022
Last Updated By
dianne.k.grimes@usace.army.mil
Archive Date
May 20, 2022