An Industry Day for three (3) upcoming projects at Westover Air Reserve Base will be held on 21 May 2019 at 9:00 AM (Eastern). The Industry Day will be held at the Residence Inn located at 500 Memorial Drive, Chicopee, MA 01020 with a window tour (e.g. bus tour) of the project site to follow. Any contractor who wants to attend the window tour portion of the Industry Day shall submit the following to be able to gain access to the Westover Air Reserve Base:
1. Full name (First Name, Last Name, and Middle Initial) of each attendee.
2. Date of Birth for each attendee.
3. Social Security Number for each attendee.
4. Driver's License or ID# for each attendee.
This information must be provided to Morgan Strong ([email protected]) no later than 10 May 2019. The information will be classified as For Official Use Only (FOUO) and will be protected under the Freedom of Information Act of 1966 and Privacy Act of 1974, as amended.
DESCRIPTION:
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue solicitations for multiple projects located at Westover Air Reserve Base. Each project will be individually solicited and will result in a Firm-Fixed-Price (FFP) award. The descriptions for these projects are provided as follows:
Project 1 - Regional ISO Maintenance Hangar
The Louisville District (LRL) plans to issue a Request for Proposal (RFP) for the construction of a new high-bay C-5 aircraft maintenance hangar (approx. 105,000 SF) with reinforced concrete foundation and floor slab, masonry exterior walls on the office area and metal sandwich panels on the hangar area, electrically operated hangar doors, structural steel frame, architecturally compatible roof, fire protection and alarm system, utilities, secure and non-secure communications, site improvements, and other necessary support. Demolish Building 2426 and haul debris to the landfill in accordance with regulations upon completion of the project.
This project is a Design/Bid/Build effort and the Design portion is already under contract with one of the LRL A/E IDIQ contractors. The project will utilize a single phase procurement process and the basis of award will be the Best Value Trade-Off 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: Prime Contractor Past Performance, Technical (i.e. Management Plan, Schedule, etc.), Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.
In accordance with DFARS 236.204, the construction magnitude for this project is anticipated to be between $25,000,000 and $100,000,000.
The North American Industrial Classification System Code (NAICS) for this project will be 236220.
This will be an unrestricted procurement.
The contract duration is estimated at seven hundred and thirty (730) calendar days from Notice to Proceed.
Project 2 - Repair Runway 05/23
The Louisville District (LRL) plans to issue an Invitation for Bid (IFB) in order to repair the primary surface of Runway 05/23; Rebuild, at full depth, the first 1200 LF of asphalt surface to a width of 75 feet on each side of centerline. Demo interior 75-foot keel of entire runway length of asphalt down to base, scarify surface, compact and install new asphalt. Mill-overlay asphalt 37.5 feet on each side of 75 foot runway keel. Repaint runway and overrun markings according to current UFC requirements. Estimated square footage of work is approximately 1,000,000 SF.
This project is a Design/Bid/Build effort and the Design portion is already under contract with one of the LRL A/E IDIQ contractors. The project will be a Sealed Bid with the basis of award being the lowest bid price, from a responsible bidder. An approved subcontracting plan (applicable only to large businesses) will be required as a condition of award.
In accordance with DFARS 236.204, the construction magnitude for this project is anticipated to be between $10,000,000 and $25,000,000.
The North American Industrial Classification System Code (NAICS) for this project will be 237310.
This will be an unrestricted procurement.
The contract duration is estimated at three hundred and sixty five (365) calendar days from Notice to Proceed.
Project 3 - Building 7087 Renovation; Phases III and IV
The Louisville District (LRL) plans to issue a Request for Proposal (RFP) for the renovation of approximately 35,000 square feet of space. The renovation will include walls and wall coverings, windows, ceilings, doors and frames, flooring, all bathrooms fixtures, electrical system and fixtures, HVAC, plumbing system, communication system, fire protection system, mass notification system and any other work required to provide a complete and usable facility. Work will also include the installation of a new roof covering, insulation, and associated flashing.
This project is a Design/Bid/Build effort and the Design portion is already under contract with one of the LRL A/E IDIQ contractors. The project will utilize a single phase procurement process and the basis of award will be the Best Value Trade-Off 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: Prime Contractor Past Performance, Technical (i.e. Management Plan, Schedule, etc.), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.
In accordance with DFARS 236.204, the construction magnitude for this project is anticipated to be between $10,000,000 and $25,000,000.
The North American Industrial Classification System Code (NAICS) for this project will be 236220.
The set-aside determination for the project has yet to be determined. It is anticipated that this project will be some type of small business set-aside.
The contract duration is estimated at 540 - 730 calendar days (18 - 24 months) from Notice to Proceed.
DISCUSSIONS:
The Government intends to award without discussions, but reserves the right to conduct discussions should it be determined to be in the Government's best interest.*
*Not applicable to project #2.
ANTICIPATED SOLICITATION RELEASE DATE:
The Government anticipates releasing the solicitation for Project 1 in June 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation when it is posted to http://www.fbo.gov.
The Government anticipates releasing the solicitation for Project 2 in August 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation when it is posted to http://www.fbo.gov.
The Government anticipates releasing the solicitation for Project 3 in Quarter 3 FY 2020. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation when it is posted to http://www.fbo.gov.
SOLICITATION WEBSITE:
The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.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 http://www.fbo.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 Morgan Strong, at [email protected].