News

Aircraft Apron Airfield Site Improvements Ft Eustis, Virginia

Type of document: Contract Notice
Country: United States

Aircraft Apron Airfield Site Improvements Ft Eustis, Virginia

Agency:
Department of the Army

Official Address:
803 Front Street Norfolk VA 23510-1096

Zip Code:
23510-1096

Contact:
Marc H. Nguyen, Phone 7572017839, Email marc.h.nguyen@usace.army.mil тАУ Jonathan Parrish, Contract Specialist, Phone 757-201-7062, Email jonathan.l.parrish@usace.army.mil

Link:

Date Posted:
10/08/2017

Classification:
Y

Contract Description:
The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Design-Bid-Build Construction contract for the aircraft apron airfield site improvements at Ft. Eustis, Virginia.

This is not a solicitation. A solicitation will be issued on or about 01 September 2017.

CONTRACT INFORMATION: This announcement is a FAR Part 15 Competitive Negotiation, Price-Technical Trade-Off, unrestricted, full and open acquisition to construct the aircraft apron airfield site improvements located at Ft. Eustis, Virginia. The North American Industrial Classification System code is 237310 (Highway, Street, and Bridge Construction), which has a size standard of $36.5 million. A firm-fixed-price contract will be negotiated. The contract is anticipated to be approximately awarded in May 2018.

PROJECT INFORMATION: Construction range is between $25,000,000 and $100,000,000. This contract is a Design Bid Build construction of the aircraft apron and airfield site improvements located at Ft. Eustis, Newport News, Virginia. The project will relocate existing training facilities, construct all site infrastructure, entry control point, airfield pavements, Central Electrical Plants, ancillary supporting facilities and improve access road. Project will relocate existing training facilities and construction of new standard design urban assault course and covered bleacher. Airfield pavements include taxiways, approximately 450 feet long taxiway bridge, taxiway lighting with controls, aircraft parking apron, and access apron. The new taxiway bridge will connect the project site to the existing operational runway. The supporting facilities include an entry control facility, aircraft ground support equipment storage, vehicle storage and covered parking, supporting facility Central Electrical Plant buildings and Fire Pump house and water storage tanks. Entry control facility includes entry control guard station. Access road improvement will ensure tractor trailer access to the project site following construction. Supporting facilities include electric service; water, sewer, and gas; paving, walks, curbs, and gutters; storm drainage; site improvements; information systems; anti-terrorism measures and perimeter security fence; and emergency generators.

The Contractor shall provide all supervision, labor, materials, equipment, supplies, and transportation necessary to perform the construction of the aircraft apron airfield site improvements, as specified in the Statement of Work/Plan/Specifications that will be attached to the future Request for Proposal (RFP). All work shall comply with all State, local and Federal laws and regulations, and applicable code requirements.

Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.

The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at on/about 01 September, 2017. The proposal due date shall be at least 45 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.

All prospective Offerors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at No state level certifications will be accepted. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Marc Nguyen, marc.h.nguyen@usace.army.mil.

Response Date:
101617

Sol Number:
W91236-17-R-0001

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Get SAAS-Y This Summer with DCI

A member of our sales team will give you a call to discuss your business with you and create a demo personalised to your business and sector needs.

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only