United States - Joint simulation environment facility - nellis afb nv
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 24 July 2019
- Opportunity publication date
- 25 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 24, 2019 2:42 pm
This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to design and construct the Joint Simulation Environment (JSE) Facility at Nellis AFB, NV.
PROJECT: Design and Construct an approximately 50,967 square foot single story Joint
Simulation Environment Facility at Nellis AFB, NV. The new facility will be Type IIB.
Materials and finishes will take cues from the adjacent buildings and comply with the Nellis & Creech AFBs Installation Facility Standards (IFS). Work will include reinforced concrete foundation and floor slab, structural steel frames, split-face masonry unit walls, standing metal seam roofing system with parapet, sensitive compartmentalized information facilities (SCIF), special access program facilities (SAPF), fire detection and protection system, utilities, emergency generator, communication support, pavements and all other necessary support. Facility will be designed as permanent construction in accordance with DoD Unified Facilities Criteria 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.
BACKGROUND: Adequate facilities are required for/to accommodate F-35 A2/D2 developmental test and early operational test and evaluation and F-22 Sensor Enhancement developmental testing. This will require a Joint Simulator Environment Air Force (JSE-AF) capability including integration with F-22 and other platforms and capabilities. The JSE-AF will provide a unique capability, providing a government owned simulation environment supporting multi-platform integrated testing. The collaborative ECD facility will include up to eight F-35 simulator cockpits, a minimum four F-22 simulator cockpits, and up to eight adversary (Red) simulator cockpits.
The type of set-aside decision to be issued will depend upon the responses to this sources sought notice.
The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service Disabled Veteran owned small business concerns and 8(a) firms.
The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $36,500,000.00.
In accordance with Defense Federal Acquisition Regulations Supplement (DFARS), subpart, 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000. The total contract performance period is anticipated to be 720 calendar days.
As a reminder under FAR 52.219-14, Limitations on Subcontracting, small business prime contractors must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis.
Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration.
Minimum capabilities required include, previous experience of projects similar to magnitude and complexity.
Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses are requested with the following information, which shall not exceed a total of six pages.
1. Offerors name, address, point of contact, with telephone numbers, and email addresses.
2. Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations.
3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity).
4. Firm's interest in proposing on the solicitation when it is issued.
4. Description of capability to perform the proposed project. Manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts.
5. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years. Response MUST demonstrate experience in new construction, SCIF construction, AT/FP requirements, cyber security compliance and communications. One of the projects must be a D-B project. The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Projects examples MUST range from $20,000,000 to $50,000,000. Lastly, one (1) project must have occurred on a military installation.
Responses should be submitted to Jimmy Barton, Contract Specialist., via US Mail or overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Jimmy Barton, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017. Electronic transmittal of your submittal is preferred to jimmy.l.barton@usace.army.mil. Submittals are due no later than July 24th, 2019. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
- Opportunity closing date
- 24 July 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Los Angeles United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.