News

P117 MISSILE MOTOR MAGAZINES (MMM) CAMP NAVAJO, AZ

Type of document: Contract Notice
Country: United States

P117 MISSILE MOTOR MAGAZINES (MMM) CAMP NAVAJO, AZ

Agency:
Department of the Army

Official Address:
915 Wilshire Blvd, Suite 930 Los Angeles CA 90017-3401

Zip Code:
90017-3401

Contact:
Jimmy L Barton, Contract Specialist, Phone 213-452-3251, Email jimmy.l.barton@usace.army.mil тАУ Sandra Oquita, Contracting Officer, Phone 213-452-3239, Email Sandra.Oquita@usace.army.mil

Link:

Date Posted:
22/04/2019

Classification:
Y

Contract Description:
P117 MISSILE MOTOR MAGAZINES (MMM) CAMP NAVAJO, AZ
THIS IS A 100% SMALL BUSINESS SET-ASIDE DESIGN-BID-BUILD,project to support the mission of Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC) providing strategic system support and storage to the fleet and other designated activities.

All Storage facilities in the support program are required to be operational no later than 2022.The stored components needed to accomplish the SWFLANT and SWFPAC mission require special handling and storage and is located at Camp Navajo (Bellemont), AZ approximately 12 miles West of Flagstaff Arizona. Consideration will need to be given to constructing without interruption to adjacent operations. This includes special construction factors and the requirement for additional inspections of workers, vehicles and equipment associated within controlled industrial areas; traffic mitigation (barriers, alternative routes, temporary fencing) to alleviate choke points or to divert traffic away from construction zones; restricted contractor lay-down, parking and/or storage areas; work stoppage for emergency drills, weapons handling; and other events which require heightened security.

Proposed Construction will provides modifications and alterations to 10 earth-covered, arch-type magazines for storage of Strategic Systems Programs missile motors. Modifications to the existing magazines will include new reinforced concrete interior slabs on grade with embedded rails. Sections of the concrete interior floors will receive a finish to support the movement of missile motors on chocks via air-bearing pallets. The project(s) will include intrusion detection systems (IDS) and Lightning Protection Systems(LPS).

The project also includes mechanical upgrades for seven of the 10 magazines. Heating Ventilation Air Conditioning (HVAC) work includes new air handling units with dehumidification and an outdoor unit. HVAC work also includes concrete pads or structure, piping between indoor and outdoor units, remote mounted controllers that report alarms/status to base wide emergency management system and flow straighteners. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.
Pavement facilities include concrete loading dock, stairs, handrails and apron pads. Paving and site improvements include drainage structures (such as culverts and swales), roadways, and landscaping to restore the project site. Electrical utilities include primary and secondary distribution systems and will require the relocation and/or rerouting of the existing system. Telecommunication improvements include the demolition of the abandoned overhead fiber optic line. Demolition includes the deconstruction of the reinforced concrete floor slabs. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.

This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings. User Generated Unit Costs were used for this project and include the cost features to meet the minimum DoD AT/FP standards.

P117 MMM Minimum critical capabilities required include specialized lightning protection, strict tolerance concrete work, security specifications, and ability to work in an active secure operations environment.
The proposed project will be a Negotiated Procurement using the Lowest Price Technically Acceptable (LPTA) process in accordance with FAR Part 15.101-1,  to result in a competitive, firm-fixed price contract.

In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $10,000,000 to $25,000,000.00.

Estimated duration of the project is 540 calendar days.

The North American Industry Classification Code (NAICS) for this procurement is 236220 тАФ Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y тАФ Construction of structures and facilities.

Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor 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.

The solicitation will be available on or about 7 May 2019 with submittals due on or about 11 June 2019. Solicitation W912PL-19-R-0033 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov).

THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USEOF 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 FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, 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 FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment.

IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY тАУ FED BIZ OPPS тАУ 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.

 

Response Date:
061119

Sol Number:
W912PL-19-R-0033

 

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

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

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy