Search Contract Opportunities

REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN   4

ID: W912QR23R0003 • Type: Presolicitation • 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

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR23R0003 for a fully designed construction to include the renovation of the Nose Bay of Building 1455 and includes the adjacent administration area to accommodate the simulator mission.

Provide all labor, material, and equipment necessary to safely repair/construct the Building 1455 at Maxwell Air Reserve Base on time and within budget. Scope of project calls for the construction/renovation of the nose bay of Building 1455 and includes the adjacent administration area to accommodate the simulator mission. Current Square Footage is approximately 21,000 square feet. Renovations to Building 1455 involves the demolishing of the existing one-story storage area at the southeast corner of hangar area; renovating existing one-story storage area at northeast corner of hangar area into three multipurpose rooms; constructing an addition on east side of hangar area for mission planning and TSG (simulator maintenance) on the first floor; constructing two interior stairs and an elevator; constructing OFT computer rooms, and CPT and weapons procedural trainer (WPT) training rooms, as well as building support spaces; constructing a second floor with multipurpose, mission planning, EDS training rooms, TSG, as well as building support spaces and mechanical mezzanine(s); and constructing a building addition to the one-story portion of the building to accommodate all of the administrative position requirements. This project includes required cybersecurity. This project includes all mechanical, electrical, civil, and structural repairs for a complete and usable facility. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02.

The project is anticipated to contain the following options:

  1. Exterior Stairs

The Contract Duration is expected to be between 475 and 576 calendar days from Notice to Proceed.

TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 -Commercial and Institutional Building Construction. Size Limitation is $39.5M.
TYPE OF SET-ASIDE: This acquisition will be an UNRESTRICTED procurement.

SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I Prime Contractor Past Performance, Factor II Management Approach, and Factor III Small Business Participation Plan. Volume II Factor I Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors other than price, when combined, are considered approximately equal to cost or price.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10 million and $25 million in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 Dec 2022. Additional details can be found in the solicitation when it is posted to www.SAM.gov
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Levi Speth at Levi.R.Speth@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
Dec. 30, 2022, 10:00 a.m. EST Past Due
Posted
Dec. 14, 2022, 11:53 a.m. EST
Set Aside
None
Place of Performance
AL USA
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
79%
On 12/14/22 USACE Louisville District issued Presolicitation W912QR23R0003 for REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN due 12/30/22. The opportunity was issued full & open with NAICS 236220 and PSC Z2BZ.
Primary Contact
Name
Levi Speth   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR23R0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR23R0003

Award Notifications

Agency published notification of awards for Presolicitation W912QR23R0003

Contract Awards

Prime contracts awarded through Presolicitation W912QR23R0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR23R0003

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR23R0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
Jan. 14, 2023
Last Updated By
levi.r.speth@usace.army.mil
Archive Date
Jan. 15, 2023