KC-46A ADAL Apron & Hydrant Fueling Pits - MacDill AFB, FL

From: Federal Government(Federal)
W9127824R0057

Basic Details

started - 17 Apr, 2024 (14 days ago)

Start Date

17 Apr, 2024 (14 days ago)
due - 03 May, 2024 (Tomorrow)

Due Date

03 May, 2024 (Tomorrow)
Bid Notification

Type

Bid Notification
W9127824R0057

Identifier

W9127824R0057
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE ARMY (133292)USACE (38193)SAD (4497)US ARMY ENGINEER DISTRICT MOBILE (1091)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at MacDill Air Force Base, FL.The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at MacDill AFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.The U.S. Army Corps of Engineers, Mobile District, anticipates issuing a prospective procurement for constructing a project that includes aircraft apron replacement, associated drainage system, and fuel hydrant system modifications to support the
new tanker mission at MacDill AFB in Tampa FL. This mission will include a total of twenty-four (24) KC-46A aircraft, with fifteen (15) new parking and hydrant fueling positions. The current apron parking layout and fuel hydrant system is configured to service twelve (12) KC-135 aircraft and must be expanded to accommodate the new mission.The prospective procurement will involve design-bid-build (DBB) construction for the following: Replace portions of the existing north apron and perimeter taxilane pavement with PCC pavement. Remove existing pavement to full depth including aggregate base courses. Remove and replace large portions of the existing storm drainage system serving the north apron. Limits of concrete apron and taxilane/shoulder expansion will be within the current paved area. Provide two (2) nose gear mooring points at each aircraft parking position. Provide new pavement markings and striping. Reuse of portions of the existing fuel hydrant system piping where possible within the apron area with the remainder being removed from service and abandoned in place by grouting. Adequately sized existing supply and return piping between the fuel farm area and apron will be reused. Increase the pressure capability of the existing five (5) fuel hydrant supply pumps to accommodate the longer hydrant system piping design. Replace existing five (5) 100 HP motors with 125 HP motors and increase the impeller sizes to meet the new pressure requirements. Replace existing filter separators with 275 PSI pressure rated vessels to accommodate the increased pressure requirement. The hydrant system will accommodate fueling of four (4) aircraft simultaneously at 600GPM each. Increase the capacity of the existing Motor Control Center (MCC) from 800 amps to 1000 amps. The primary electrical service feed is adequate. The existing emergency generator is adequately sized for the new loads and will not require replacement. Addition of new apron edge lights along the northern boundary of the taxilane. Addition airfield lighting by increasing the number of fixtures on existing poles and installing one (1) additional pole with new lighting fixtures. Replacement of stormwater drainage system on north apron. Other supporting work necessary to provide a complete and usable facility.Sources being sought are interested and qualified Small Business and Large Business firms with a North American Industry Classification System (NAICS) Code of 237310, Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages:1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, 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).NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: leigh.a.dedrick@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than 1700 CDT, Friday, 3 May 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.

Tampa ,
 FL  33608  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Tampa

Office Address : KO CONTRACTING DIVISION 109 ST JOSEPH ST MOBILE , AL 36628-0001 USA

Country : United StatesState : AlabamaCity : Mobile

Classification

naicsCode 237310Highway, Street, and Bridge Construction
pscCode Z2BDREPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS