Skip to main content

An official website of the United States government

You have 2 new alerts

FY22 MCAF PROJECT P180400, AIRCRAFT MAINTENANCE SUPPORT FACILITY, ROYAL AUSTRALIAN AIR FORCE BASE TINDAL, AUSTRALIA

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 17, 2024 12:53 pm HST
  • Original Response Date: Jan 14, 2025 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    AUS

Description

The work for this project includes construction (design-bid-build) of a United States Air Force aircraft maintenance support facility at the Royal Australian Air Force Base in Tindal, Australia.

The Maintenance Storage Facility includes a high bay open storage area and administrative offices and support space for maintainers. Work includes, but is not limited to construction of a slab-on-grade concrete foundation, pre-engineered steel frame, girl, insulation, and metal panels, and metal roof. The high-bay storage space will have natural ventilation and will not be conditioned. The building will include electrical outlets; lighting fixtures; panel boards; plumbing with energy; and water efficient fixtures; communication systems; mechanical ventilation system in the administrative areas; and all necessary utility connections to base infrastructure. Supporting facilities include a concrete pad to maneuver and stage aircraft ground equipment, asphalt access drive for emergency vehicles, and storm water drainage system required.

The magnitude of this project is estimated between $10,000,000 and $25,000,000. 

THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $45.0 MILLION OVER THE PAST THREE YEARS.  THIS PROCUREMENT IS UNRESTRICTED.  The contract completion period is anticipated to be 600 calendar days.

This is a source selection procurement requiring the submission of both technical and price proposals. Proposals submitted in response to this solicitation shall be in the English language and in U.S. dollars.

Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for technical evaluation factors.  The technical factors are as follows: (1) Experience, (2) Past Performance, (3) Safety, and (4) Management Plan.  For evaluation of experience and past performance, a relevant construction project is defined as:

Type of Building Construction.  New construction of a concrete building structure with at least 600 square meters of administrative space. Completed or substantially completed within the last ten (10) years of the date of issuance of the RFP. Substantially complete means at least 90% physically complete.

“Concrete building structure” is defined as reinforced cast-in place, precast, or reinforced concrete masonry unit (CMU) exterior wall construction.

The Request for Proposal (RFP) will be available on or around 4 November 2024.  Printed copies of The RFP will not be issued.  The RFP, including the specifications and drawings, can be accessed via the System for Award Management (SAM) website at https://sam.gov/.  Contractors must register at the SAM website to obtain access to the RFP.  Registration instructions can be found on the SAM website.  Amendments will also be posted at https://sam.gov/.  It is highly recommended that firms register on the SAM website as this will be the only plan holder’s list available.  It is the offeror’s responsibility to check the SAM website periodically for any amendments to the solicitation.

A one-time pre-proposal site visit has been scheduled for 3 December 2024, 9:00 a.m. Australia Central Standard Time (ACST).   The pre-proposal site visit is to provide offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered.  The maximum number of attendees is two (2) persons from each Company.  Company attendees interested in this site visit should email to Carly Essex, Contract Specialist, at carly.t.essex.civ@us.navy.mil the following:  attendees name(s), phone number(s), nationality, gender, passport number(s), a photocopy of the passport photo page, company name and address.  The Government requests submission of this information at the earliest convenience but no later than 18 November 2024 at 2:00 p.m. HST (NO EXCEPTIONS).  Attendees should bring an umbrella and use 4WD vehicles on this Site Visit due to possible weather conditions.  Document 00 21 16 of the RFP will provide additional detailed information regarding this site visit.  

Contact Information

Contracting Office Address

  • 258 MAKALAPA DR STE 100
  • JBPHH , HI 96860-3134
  • USA

Primary Point of Contact

Secondary Point of Contact





History