Search Contract Opportunities

Tyndall Zone 2 - Two-Phase Design/Build OSS Radar and Fire Truck Material Handling Equipment Vehicle Maintenance Facility   4

ID: W9127820R0021 • Type: Presolicitation
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

THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS

THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), TWO-PHASE DESIGN-BUILD SOURCE SELECTION SOLICITATION

THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220.

The soliciation is scheduled to be issued on or about 1 APRIL 2021.

This project is a Best Value, two-phase design-build solicitation. A detailed project description and overall project performance requirements for this project will be included in the Request For Proposals (RFP) package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct a complete and usable project, as described in the RFP documents. One solicitation will be issued covering both phases. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two, and an amendment will be issued to those selected offerors. Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request For Proposals. A maximum of five (5) firms will be invited to participate in the second phase.

This project is for the design and construction of the Zone 2 OSS/Radar Approach Control Facility and a Fire Truck Material Handling Equipment Maintenance Facility (FTMHEMF) at Tyndall AFB.

OSS Radar Facility

The OSS is a 33,823 sf facility. It is a consolidated Operations Support Squadron (OSS) Facility to support the 53rd Weapons Evaluation Group QR/F16s and E-9 aircraft to include three main functions: Base Operations, Transient Alert, and Radar Approach Control Center (RAPCON).

This facility comprises a single-story structure with clearstory glazing, articulated with blue metal insulated panels, resting on precast concrete panels with stack bond pattern. The facility is covered with a curved standing seam metal roof. There is also a clear story curved component of the roof. The facade also incorporates translucent panels, smooth precast panels along with insulated metal panels with various finishes. All finishes comply with the Tyndall IFS (Installation Facility Standards).

OSS Current design: 33,823 SF

Fire Truck Material Handling Equipment Maintenance Facility

The Fire Truck / MHE Maintenance Facility is a 11, 830 sf facility. It will be located on the flight line and service approximately 60 pieces of material handling equipment and 14 fire trucks assigned. In addition to the vehicle maintenance bays, both facilities require tools and spare parts storage, hazardous material and hazardous waste storage, male and female restrooms and locker rooms, a break room, and office space. Exhaust systems, fluid distribution systems, vehicle lifts, and overhead cranes are also required.

This is a single-story structure that comprises precast panels with stack bond base using a form liner molds, with geometric relief patterns. Aluminum metal panels are used with translucent panels to allow natural lighting in the inner bays. The facility is covered with a standing seam metal roof sloped to drain to a gutter downspout system. All finishes comply with the Tyndall IFS (Installation Facility Standards).

FMF Current design: 11,830 SF

Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in beta.sam.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via beta.sam.gov. Registration for plans and specifications should be made via beta.sam.gov. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal.

Note No. 3: Critical path method (network analysis system) is required.

Note No. 4: This solicitation includes bid options which may not be awarded.

Note No. 5: All advertisements of Mobile District projects will be through beta.sam.gov. Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.beta.sam.gov.

Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above.

Note No. 6: A Contractor Site Visit will be conducted with those offerors advancing to Phase Two. Phase Two offerors will be notified via amendment, as to when and where the site visit will be conducted.

Note No. 7: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from beta.sam.gov. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)

-- END --

Overview

Response Deadline
None
Posted
March 11, 2021, 9:29 a.m. EST
Set Aside
None
Place of Performance
Tyndall AFB, FL 32403 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
90%
On 3/11/21 USACE Mobile District issued Presolicitation W9127820R0021 for Tyndall Zone 2 - Two-Phase Design/Build OSS Radar and Fire Truck Material Handling Equipment Vehicle Maintenance Facility. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Amanda M. Milheiser   Profile
Phone
None

Secondary Contact

Name
Carl M. Wade   Profile
Phone
None

Documents

Posted documents for Presolicitation W9127820R0021

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9127820R0021

Award Notifications

Agency published notification of awards for Presolicitation W9127820R0021

Contract Awards

Prime contracts awarded through Presolicitation W9127820R0021

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9127820R0021

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9127820R0021

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT MOBILE
FPDS Organization Code
2100-W91278
Source Organization Code
100221437
Last Updated
Feb. 28, 2022
Last Updated By
carl.m.wade@usace.army.mil
Archive Date
Feb. 28, 2022