Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT FOR MULTI-PURPOSE HANGAR CONSTRUCTION, TAXIWAY IMPROVEMENTS AT 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: Sources Sought (Original)
  • Original Published Date: Mar 05, 2024 01:20 pm HST
  • Original Response Date: Mar 20, 2024 02:00 pm HST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2024
  • 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:
    Tindal , AU-NT
    AUS

Description

This is a Sources Sought synopsis to perform market research.  The intent of this synopsis is to identify potential sources that are capable of performing construction of a multi-purpose aircraft maintenance hangar facility comprising two (2) aircraft maintenance hangars, and one (1) maintenance supply and support facility that provides administrative areas, storage and supply warehouse, data center, computer rooms, secure spaces, break room, and water closet / shower facilities. Project will construct one (1) utility building that houses fire pumps, HVAC plant, electrical transformers, backup power generator, main switchboards, and services infrastructure. Project will construct two (2) dangerous goods out-buildings for storage of hazardous and flammable materials. Project will also provide all required aircraft pavements to support multiple airframes, and landside vehicle and pedestrian pavements providing access to the facility. Airside civil construction includes aircraft taxiways, power check pad with aircraft tie-down for engine maintenance runs, and parking apron, with rigid and flexible pavements and pavement markings as required. Aircraft maintenance hangars will be constructed in accordance with UFC 4-211-01, Aircraft Maintenance Hangars will be comprised of steel structures each with clear internal space 200’ width x 100’ depth x 40’ high. Hangar walls will be comprised of precast concrete to 3m high with metal cladding above 3m and metal roofing. Hangar floors will be comprised of concrete slab with concrete box trenches for drainage. Hangars will each be fitted with a 200' wide x 26' high bi-parting bottom rolling hangar door system, and 40' wide x 20' high rear rolling door system to support interior engine runs and GSE vehicle access from landside vehicle pavements.  The Building Code of Australia and Manual of Fire Protection will be applied for fire protection requirements to ensure local fire services can utilize the infrastructure. Facilities will be designed as permanent construction in accordance with Australian Building Code requirements and the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements.

The estimated cost is between $100,000,000 and $250,000,000.

The Government will evaluate responses based upon experience and bonding capacity.  Offerors shall complete and submit the attached Questionnaire (Attachment 1) and the Experience Questionnaire (Attachment 2).  Attachments 1 and 2 are limited to one (1) single-sided, 8.5” x 11” (210 x 297 mm), and 10-point font or larger. 

NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement.  This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list.  The Government will publish a pre-solicitation notice in Contracting Opportunities on the beta.SAM.gov website if it intends to proceed with the procurement of these services.

Submit qualifications using the attached forms by electronic mail to adele.murakami@navy.mil no later than March 20, 2024 at 2:00 PM HST.  Complete information must be submitted as the Government will not contact the concern for clarification of information.  

This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.  The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information.  The Government will not provide a debriefing on the results of this survey.  All information will be held in a confidential manner and will only be used for the purposes intended.  

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 21, 2024 05:55 pm HSTSources Sought (Original)