Disaster Resiliency Program (DRP) Phase 1 at Creech AFB, Nevada

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159048504486893
Posted Date: Apr 17, 2024
Due Date: Apr 23, 2024
Solicitation No: W912PL24R0002
Source: Members Only
Follow
Disaster Resiliency Program (DRP) Phase 1 at Creech AFB, Nevada
Active
Contract Opportunity
Notice ID
W912PL24R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 17, 2024 08:06 am PDT
  • Original Published Date: Apr 08, 2024 06:15 pm PDT
  • Updated Response Date: Apr 23, 2024 02:00 pm PDT
  • Original Response Date: Apr 23, 2024 02:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 24, 2024
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
Description View Changes
Design and construct a 47,856 SF single story Squadron Operations facility and 55,596 SF Aircraft Operations Facility (AOF). The Squadron Operations design and construction includes: reinforced concrete foundations, concrete floor slab, structural steel frame, masonry exterior walls, raised access flooring, and standing seam metal roof system. The AOF is comprised of 4 flow-thru style aircraft hangar bays with horizontal sliding pocket doors and will be and will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer exterior, and standing seam metal roof system. The AOF will include anti-skid hangar floor coating, installation of water sprinkler fire suppression, aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar including taxiing in and out under its own power. Both facilities include the installation of intrusion detection systems and cybersecurity measures for facility-related systems and shall be built in accordance with ICD/ICS 705 for secure areas. Airfield pavements in support of the AOF are designed as rigid pavement ?light-load? type and will include hangar access aprons, apron taxiways with flexible pavement for shoulders. Project includes the installation of a jet blast deflector with an asphalt foundation. Supporting facilities include the DRP complex primary infrastructure buildout to include the complex-wide site preparations, primary utility mains, water storage, stormwater system, concrete pads with shore power capability for squadron operational equipment placement, and antenna support structures for ground data terminal equipment, and an electrical and communications primary and redundant system network. The project includes a centralized utility plant, all individual building utility service connections, site preparation, apron and taxiway edge lighting, communications, privatized utility connection fees, fire detection and suppression systems, and pavements. The facilities will meet DoD requirements and security protocols with security sensors and alarms. The DRP complex will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFC?s as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements. There will be one pricing schedule with six (6) Contract Line Items (CLIN) for this project with a Performance Period of nine hundred (900) calendar days after receipt of Notice to Proceed (NTP). USE OF BRAND BAME: This procurement will require the use of a specific brand name.PROJECT LABOR AGREEMENT: In order to participate in this procurement process, a Project Labor Agreement (PLA) will be mandatory following the contract award. The successful offeror must submit a fully completed and satisfactory Project Labor Agreement. All offerors and their subcontractors must adhere to the terms stipulated in the PLA for the entire project duration. Any PLA reached pursuant to the requirements of this contract does not change the terms of this contract or provide for any price adjustment by the Government. The PLA is a material requirement of this contract, and failure to timely submit a copy of the contractor?s executed PLA may be considered grounds for termination for default.MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Work includes the design construction and installation of: reinforced concrete foundations, concrete floor slab, structural steel frame, concrete masonry units, gypsum wallboard, and a combination single ply membrane/standing seam metal low slope roof, utilities; communications support; site improvements and hardscapes; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; and security enhancements.PROCUREMENT SET-ASIDE: This acquisition is 100% Full and Open. In accordance with FAR 36.204, the estimated magnitude range for this project is: Between $100,000,000 and $250,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $45,000,000.00. Interested Firms must be considered small business for the designated NAICS in SAM.gov website. SELECTION PROCESS: This procurement will be conducted in accordance with 10 USC 2842 and ECB 2019-14, One-Phase Design-Build Selection Procedures. This acquisition will be conducted under a competitively negotiated source selection process in accordance with FAR 15 ? Contracting by Negotiation. The acquisition will be using the Best Value Trade Off procedures. This process does not permit tradeoffs among cost or price and non-cost factors and allows the government to award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall ?Best Value? to the Government. Both technical and price proposals will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance, Technical Approach, Management Structure, Schedule, and Small Business Participation.CONTRACT TYPE: The government will award a firm fixed priced D-B construction contract to the offeror who submits a proposal that is the best value to the government. SAM.GOV: Plans and specifications will not be provided in hard copy. The solicitation and amendments will be posted on https://sam.gov/ The solicitation will be available on or about 29 APRIL 2024 with proposals due on or about 12 JUNE 2024. Solicitation W912PL24R0002 and all amendments for this acquisition will be posted on https://sam.gov/. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from https://sam.gov/ will require prior registration in System for Award Management (SAM). If you are a first time SAM user, you will be required to register in https://sam.gov/ prior to accessing the solicitation documents. Once registered with SAM, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with SAM and therefore must be SAM-registered, have a MPIN, and either a SAM UEI number or CAGE code. The SAM website can be accessed at http://www.sam.gov/ SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: 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.IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - SYSTEM FOR AWARD MANAGEMENT (SAM)- FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 9, 2024[Presolicitation (Original)] Disaster Resiliency Program (DRP) Phase 1 at Creech AFB, Nevada
Apr 23, 2024[Solicitation (Original)] Disaster Resiliency Program (DRP) Phase 1 at Creech AFB, Nevada

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >