Search Contract Opportunities

Zone 1 – F-35 Flightline Facilities Tyndall AFB, FL   4

ID: W9127820R0035 • 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

Date Solicitation Documents Available (Approx.): 4 SEP 2020

Two-Phase Construction of Zone 1 F-35 Flightline Facilities, Tyndall AFB, FL (Bay County)

(CADD Nos. MBF20008, MBF20009, MEF20024, MEF20025, MEF20026, MEF20028, MEF20030, MEF20031, MEF20032, MEF20033, MEF20047, MEF20029)

THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS

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

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

This project is a Best Value, Two-Phase Design-Bid-Build solicitation. A detailed project description and overall project requirements for this project will be included in the Request For Proposals (RFP) package. The successful Contractor must 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 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.

Estimated Cost Range of Project: Over $500M

Offers Covering The Project Restricted to Small Business Yes_ __ No_ X _

*Restricted to 8(a) Competitive for Region IV Yes___ No_X__

Subcontracting Plan Required Yes_ X __ No_ __

DESCRIPTION OF WORK (Physical Characteristics)

THE TOTAL PROGRAMMED AMOUNT IS $670M AND INCLUDES ALL PROJECT COSTS TO INCLUDE S&A AND CONTINGENCY.

1. OPS/ Aircraft Maintenance Unit Hangar #1 (PA=$130M):

Maintenance Hangar (211-111) 3,284 SM = 35,350 SF

Squadron Operations (141-753) 1,538 SM = 16,550 SF

Aircraft Maintenance Unit (211-154) 2,578 SM = 27,750 SF

Covered Outdoor Storage (452-252) 325 SM = 3,496 SF

Construct a consolidated Maintenance Hangar, Squadron Operations, Aircraft

Maintenance facility required to support the beddown of the Joint Strike Fighter (JSF) F-35A aircraft. Construct a complex that contains the Maintenance Hangar, Squadron Operations, and Aircraft Maintenance Unit (AMU) facility required to support the bed down of the Joint Strike Fighter (JSF) F-35A aircraft. The maintenance hangar required consists of six large bays which provide space for aircraft maintenance, tool rooms, aircraft weighing and other maintenance and inspection activities.

2. F-35 Squadron Maintenance Complex (PA=$78M)

2a. Maintenance Backshops 3,445 SM = 34,000 SF

2a. Maintenance HQ465 SM = 5000 SF

2b. Aircraft Parts/Spares Storage 3437 SM = 37000 SF (Separate LRS Facility)

2b. Aircraft Parts/Spares Office 139 SM = 1500 SF (Separate LRS Facility)

Construct a consolidated squadron maintenance facility with maintenance admin, backshops, and aircraft parts and spares storage. The complex will include a maintenance headquarters with administration and support space and maintenance back shops. A separate Logistics Readiness Storage facility is part of the project to include aircraft parts and spare offices, and a large storage facility to support the F-35 mission. Squadron maintenance provides maintenance activities for transient aircraft as well as F-35 and Weapon Evaluations Group (WEG) exercises.

3. OG/MXG HQ (PA=$43M):

Group Headquarters: 31,027 SF = 2,883 SM.

Construct a complex that contains Operations, Maintenance, and Reserve Group headquarters for the 325th OG, MXG, and MSO to support all increments, as well as the fighter reservists and aircraft carrier nuclear (CVN). The facility includes standard, private, and open office administrative space for all personnel and support. Space includes team/meeting/conferencing rooms, classrooms, and copy/file/storage rooms. A reception desk, waiting area, and lobby are also required to support visitors and other personnel.

4. Maintenance Fuel Cell Hangar (PA=$34M):

Maintenance Fuel Cell (211-179) 2,743 SM = 29,530 SF

Construct a properly sized and configured maintenance fuel cell hangar to conduct fuel cell maintenance for the 43 Flying Training Unit aircraft and other assigned aircraft with space to store the removable fuel tanks. The fuel cell hangar will provide spaces for fuel maintenance operations, administration, special purposes, and building support. The fuel maintenance operation areas include: an aircraft fuel hangar for three F-35 aircraft, tool crib, fuel shop, and storage for aircraft parts, hazardous material storage, personal protective equipment (PPE), and locker rooms/restrooms. The fuel system maintenance dock may need additional fire detection and suppression. Maintenance docks provide protected space for aircraft maintenance. They contain heating, plumbing, electricity, and compressed air systems and are usually insulated. The docks also include fume sensing and alarms, fire extinguishing systems, and wash down drainage trenches.

5. Weapons Load Training Hangar (PA=$38M):

Weapons Munition Load Crew Training: 26,526 SF = 2,464 SM

Construct a Weapons Load Crew Trainer Hangar facility to support Joint Strike

Fighter F-35A aircraft. The facility requires space for three weapons load training bays which should include adequate high-bay area to train on aircraft parts, weapons storage areas, and training workstations. There should be large access doors for each bay to enable the movement of aircraft and weapons systems into and out of the facility. In addition, administrative space is required to include private offices, workstations, and admin support areas. A classroom is also required to facilitate the training of aircrew.

6. F-35 Parking Apron (PA=$50M)

Parking Apron, Paved (113-321) 73,224 SY = 61,224 SM

Construct new aircraft parking apron and apron lighting. Additional pavement is required to support the F-35 aircraft and provide area for aircraft operations outside of the obstruction free area. Parking aprons provide aircraft parking, servicing, and loading. The requirement is based on the authorized number of aircraft and the parking apron is sized per AFMAN 32-1084, utilizing the dimensions of the aircraft, the required clearances between the parking spaces, and maneuvering space into and out of the apron. Apron lighting is also provided to support nighttime maintenance activities on the apron. UFC 3-260-01 Airfield and Heliport Planning and Design requires that fixed structures be no closer than 1,000 FT to the centerline of the runway. All new structures built along the parking apron are sited to meet this criteria and thus leave a void between the existing aprons on the new buildings. That space must be filled with additional pavement to allow access to the hangars and maintenance facilities as well as provide adequate space for taxi lanes with pull-through parking. The extension of the parking apron is also required to move aircraft out of the live ordnance loading area and the taxiway obstruction free areas to reduce the waivers and the associated hazards with operating in those areas.

7. F-35 Simulator (PA=$34M):

Flight Simulator Facility 32,500 SF = 3,019 SM

A flight simulator facility houses aircraft flight simulators and other special training devices. An adequately sized and configured facility is required to teach pilots how to use the aircraft in combat. The facility will include the following spaces: administrative, special purpose, assembly, storage, equipment issue, and specialized training and simulator areas. The simulator pods will each include cockpit, display room, IOS room, computer/equipment room, and briefing rooms. Additionally the training area will house simulator equipment and gear and a classified security room.

8. F-35 AGE Facility (PA=$46M):

Aircraft Support Equipment Storage: 2,428 SM = 26,138 SF

Fuel Fill Stand 1 EA

Construct a facility to store Aerospace Ground Equipment (AGE) to support the maintenance flight. This facility provides covered storage and surface maintenance for aerospace ground equipment. The facility includes reinforced concreted foundations and floor slab, split face concrete block walls, tilt up or steel panels, structural steel roof framing and standing metal seam roof. The project includes all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make a complete and usable facility. The facility will include space for covered storage, surface maintenance shop area, a maintenance support storage room, interior wash rack, run room, and small administrative area with an office for the flight chief, conferencing, training, and other support functions. An above ground storage tank and fueling fill stand area is required adjacent to the facility to service equipment and vehicles.

9. Corrosion Control Facility (PA=$42M):

Corrosion Control Facility 36,900 SF = 3,428 SM

Construct a corrosion control facility that provides for the corrosion resistant facility requirements of the ARMAN 32-1084 and the F-35 Facilities Requirement Document (FRD). The Corrosion Control Facility is a fully enclosed three bay hanger with internal wash capability along with a corrosion facility and its supporting spaces. The overall size is approximately 36,900sf and the facility type is an enclosed hanger Corrosion Control Facility (CCF). The new CCF will contain 3 enclosed hangar bays for the F-35 aircraft along with a paint blasting booth and separate coating shop for aircraft parts. Other supporting areas include tool crib, administrative, restrooms/ lockers and conference room.

10. OPS/AMU/Hangar 2 (PA=$87M):

Maintenance Hangar 3,284 SM = 35,350 SF

Squadron Operations 1,538 SM = 16,550 SF

Aircraft Maintenance Unit 2,100 SM = 22,600 SF

Covered Outdoor Storage 325 SM = 3,496 SF

Construct a complex containing the Maintenance Hangar, Squadron Operations, and Aircraft Maintenance facility required to support the bed down of the Joint Strike Fighter (JSF) F-35A aircraft. The maintenance hangar required consists of six large bays which provide space for aircraft maintenance, tool rooms, aircraft weighing and other maintenance and inspection activities. The hangars allow for these activities to be done efficiently and under complete cover. The hangar bays are sized to properly support F-35 aircraft, meet minimum prescribed clearances for egress and safety.

The F-35A requires aircraft cooling units at each aircraft position. These cooling units provide cooled air to heat-sensitive components on the aircraft during maintenance procedures. The Squad Ops will be comprised of secure areas for OPS SAPF and SCIF and non-secure areas. It will provide space for flight planning, secure air crew briefing and debriefing areas, training and administration, storage, and care and issue of flight crew life support system equipment.

11. OPS/AMU/Hangar 3 (PA=$88M):

Maintenance Hangar 3,284 SM = 35,350 SF

Squadron Operations 1,538 SM = 16,550 SF

Aircraft Maintenance Unit 2,100 SM = 22,600 SF

Covered Outdoor Storage 325 SM = 3,496 SF

Construct a complex containing the Maintenance Hangar, Squadron Operations, and Aircraft Maintenance facility required to support the bed down of the Joint Strike Fighter (JSF) F-35A aircraft. The maintenance hangar required consists of six large bays which provide space for aircraft maintenance, tool rooms, aircraft weighing and other maintenance and inspection activities. The hangar allow for these activities to be done efficiently and under complete cover. The hangar bays are sized to properly support F-35 aircraft, meet minimum prescribed clearances for egress and safety. The F-35A requires aircraft cooling units at each aircraft position. These cooling units provide cooled air to heat-sensitive components on the aircraft during maintenance procedures.

The Squad Ops will be comprised of secure areas for OPS SAPF and SCIF and non-secure areas. It will provide space for flight planning, secure air crew briefing and debriefing areas, training and administration, storage, and care and issue of flight crew life support system equipment.

Facilities include all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make complete and usable facilities.

This solicitation consists of the construction of 11 facilities within the Flightline area of Tyndall AFB, FL, known as Zone 1 F-35 Flightline Facilities. These facilities are: OPS/Aircraft Maintenance Unit Hangar 1, OPS/AMU/Hangar 2, OPS/AMU/Hangar 3, F-35 Parking Apron, F-35 Flight Simulator, F-35 Squadron Maintenance Complex, OG/MXG HQ, Maintenance Fuel Cell Hangar, Weapons Load Training Hangar, F-35 AGE Facility and Corrosion Control Facility. Facilities include all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make complete and usable facilities.

The North American Industry Classification System (NAICS) code for this project is 236220.

Field Office: Tyndall Resident Office

542 Mississippi Road, Building 36272

POC: Jonathan Carr, 850-283-3856

Project Manager: Brian Dykes, 251-690-3431

Chuck Ford, 850-283-2455

Project Engineer: Mark Crawford, 251-690-2684

A/E: Parsons Government Services

POC: David Pratt

David.Pratt@parsons.com

210-805-2286; 210-347-8775

Specification Engineer: Marie Klusman, 251-694-3644

Contract Specialist: Mike Scism allstromH, 251-441-5519 Contract Officer: Kathleen Achord, 251-441-5665

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: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years.

Note No. 5: This solicitation includes bid options which may not be awarded.

Note No. 6: 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. 7: Site Visit information will be posted with the solicitation.

Note No. 8: 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
Oct. 8, 2020, 3:00 p.m. EDT Past Due
Posted
Aug. 13, 2020, 10:40 a.m. EDT
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 8/13/20 USACE Mobile District issued Presolicitation W9127820R0035 for Zone 1 – F-35 Flightline Facilities Tyndall AFB, FL due 10/8/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
MICHAEL J. SCISM   Profile
Phone
(251) 441-5519

Secondary Contact

Name
Kathleen A. Achord   Profile
Phone
(251) 442-5665

Documents

Posted documents for Presolicitation W9127820R0035

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9127820R0035

Award Notifications

Agency published notification of awards for Presolicitation W9127820R0035

Contract Awards

Prime contracts awarded through Presolicitation W9127820R0035

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9127820R0035

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9127820R0035

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
Aug. 27, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 23, 2020