Search Contract Opportunities

P286 AHTS Aircraft Maintenance Hangar, NAS Whiting Field, FL   18

ID: N6945021R0064 • Type: Presolicitation

Description

THIS IS A PRE-SOLICITATION SYNOPSIS ANNOUNCEMENT FOR THE DESIGN-BID-BUILD (DBB) CONSTRUCTION PROJECT P286 ADVANCED HELICOPTER TRAINING SYSTEM (AHTS) AIRCRAFT MAINTENANCE HANGAR AT NAS WHITING FIELD, MILTON, FL.

THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

Project Description:

The project constructs an Advanced Helicopter Training System (AHTS) compliant aircraft maintenance hangar, with capacity for servicing 37 helicopters, and space for three helicopter pilot training squadrons. The building consists of one, drive-through, high bay optimization hangar (OH), with additional spaces for crew and equipment, training areas, administrative areas, data network areas and a limited food vending area. Construction will consist of a steel framed super structure bearing on shallow concrete foundations. Exterior wall systems include brick veneer, insulated metal wall panels and insulated translucent wall panels. Interior wall systems include a combination of concrete masonry unit walls and gypsum board on cold-formed metal supports walls. A low slope standing seam metal roofing system will be provided, as well as two sets of hangar sliding doors.

Built-in equipment includes a floor level aviation fire suppression and containment system in the OH bay, two passenger elevators, two bridge cranes (five-ton), aviation fire suppression containment system, emergency power backup generator, compressed air system and lockers.

Special Costs include temporary facilities to house Line Operations for the duration of construction.

Pavement facilities include concrete pads for exterior mechanical equipment, including part of the Aviation Fire Suppression, and dumpster area. Site preparation includes clearing and grubbing, grading, excavation, and relocation/removal of existing utilities.

Paving and site improvements include grading, parking facilities, roadways, curbs, sidewalks, landscaping, fencing, security lighting, pedestrian features, signs, airfield paving, and storm water management facilities including specific outside Low Impact Development items. Parking facilities for approximately 270 vehicles will be provided.

Electrical utilities include primary and secondary systems, communication systems (voice, data, CATV), site lighting, airfield lighting, and switch gear/transformers.

Mechanical utilities include cooling towers, water (fire protection and potable), gas, sanitary sewer, storm water systems, and an oil water separator system.

The project will include the demolition of an existing building of 2609.37 m2, and an existing building of 221.85 m2.

This project requires Early Contractor Involvement (ECI). The initial contract will include a price for pre-construction services, an initial target price for construction and an initial target profit for construction. The Contractor shall provide preconstruction services to assist the Government in the development of a constructible, life-cycle cost effective facility. Preconstruction services include, without limitation, advice on the time and cost consequences of AE design decisions, market conditions, material availability, constructability and sequencing, in order to execute the project in accordance with the project schedule, and within the Ceiling Price. Ensure incorporation of these goals in project delivery. Consider all stages of the building lifecycle, including deconstruction, rehabilitation, re-purposing, or demolition.

Any resultant contract is anticipated to be Fixed Priced incentive (Successive Targets) construction contract, with Early Contractor Involvement (ECI).

The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 1,448 calendar days (base and any options exercised) for contract completion from date of contract award.

The best value continuum source selection process to be used for this acquisition is the tradeoff process as described in FAR 15.102-1. It is in the best interest of the Government to consider award to the best offeror whose proposal meets the requirements of the solicitation.

The product service code (PSC) for this procurement is Y1EB (Construction Maintenance Building). The NAICS code for this acquisition is 236220 (Commercial and Institutional Building Construction) with an annual size standard of $39,500,000.

Project Magnitude is between $100,000,000 and $250,000,000.

The Sources Notice for this acquisition was issued on 30 April 2021 via www.beta.sam. As a result from the market research, this acquisition will be solicited on an unrestricted basis with full and open competition. Therefore, the solicitation will require the following FY21 Subcontracting Goals: SB-40%, SDB-5%, HUBZone-3%, WOSB-9%, SDVOSB-3%.

Large business concerns are required to submit a subcontracting plan prior to award of the contract.

If the resulting solicitation is set aside for small business firms, the requirement will include under FAR guidelines the prime contractor must have the capability to perform at least 20 percent of the cost of the contract, not including the cost of materials, with its own employees.

This is a new procurement. It does not replace an existing contract.

The solicitation will be available on or about August 20, 2021 at https://www.sam.gov.

Overview

Response Deadline
Aug. 21, 2021, 3:00 p.m. EDT Past Due
Posted
Aug. 5, 2021, 8:51 a.m. EDT
Set Aside
None
Place of Performance
Milton, FL 32570 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
88%
On 8/5/21 NAVFAC Southeast issued Presolicitation N6945021R0064 for P286 AHTS Aircraft Maintenance Hangar, NAS Whiting Field, FL due 8/21/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1EB.
Primary Contact
Name
Lacorsha Noel   Profile
Phone
(904) 542-6200

Secondary Contact

Name
Rebecca Jones   Profile
Phone
(904) 542-6315

Documents

Posted documents for Presolicitation N6945021R0064

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N6945021R0064

Award Notifications

Agency published notification of awards for Presolicitation N6945021R0064

Contract Awards

Prime contracts awarded through Presolicitation N6945021R0064

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6945021R0064

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6945021R0064

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
May 30, 2022
Last Updated By
lacorsha.noel@navy.mil
Archive Date
May 30, 2022