Similar Projects
Cargo General Improvements - City of El Paso
Renovation
Conception
$350,000 CJ est. value
El Paso, TX 79925

Hangar 7 Rehabilitation - City of El Paso
Renovation
Conception
$950,000 CJ est. value
El Paso, TX 79925

Crew Capsule Hanger and Processing Facility
New Construction - 12,547 SF
Design
$3,000,000 est. value
Van Horn, TX 79855

Design Build T-Hangars and Box hangers
New Construction
Design
$4,300,000 est. value
Bryan, TX

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Cirrus Aircraft Hangar & Service Center
New Construction, Infrastructure
Post-Bid
$12,000,000 CJ est. value
McKinney, TX 75069

B6940 Hanger Repairs Fort Hood
Renovation - 64,000 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Jbsa Lackland, TX 78236

Upt 2.5 Hanger 12 & 64 Renovation
Renovation
Results
$100,000 to $250,000 est. value
Randolph, TX

Hangar Repairs
Renovation
Results
Borger, TX 79007

Braniff Hangars Phase II
New Construction - 49,000 SF
Construction
$5,000,000 to $10,000,000 CJ est. value
Dallas, TX 75209

CommutAir Hanger Renovation
Renovation - 3,108 SF
Construction
$600,000 est. value
Houston, TX 77032

Weslaco Airport Hanger Warehouse
New Construction, Infrastructure - 11,934 SF
Pending Verification
$1,300,000 CJ est. value
Weslaco, TX 78599

Delta Echo Aviation
New Construction, Renovation - 13,578 SF
Pending Verification
$1,500,000 CJ est. value
New Braunfels, TX 78130

Bravo T-Hangar Roof Replacements - Town of Addison
Renovation, Infrastructure
Conception
$270,000 CJ est. value
Addison, TX 75001

Last Updated 02/14/2023 03:04 AM
Project Title

Renovation of Air Force Maintenance Hangar Building #1643

Physical Address View project details and contacts
City, State (County) Nas Jrb, TX 76127   (Tarrant County)
Category(s) Transportation
Sub-Category(s) Aircraft Hangar
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $8,445,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Feb 10, 2023 Contract Award Number: FA667523C0001 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NVSLLHE5WCE5 Contractor Awarded Name: CONTI FEDERAL SERVICES LLC Contractor Awarded Address: Orlando, FL 32817-8350 USA Base and All Options Value (Total Contract Value): $8,445,000.00 FUNDING Notice to Offerors: Funds are not presently available for this project. No award will be made until funds are available to make payments under a contract. The government reserves the right to cancel this solicitation, either before or after RFP closing, with no obligation to the offeror by the government. a. Contract type: Firm Fixed Price. Award shall be made utilizing Low Price Technically Acceptable Source Selection Procedures. b. The North American Industrial Classification Systems (NAICS) code for this project is 236220. The applicable small business size standard is $39.5 million. c. A site visit is highly recommended. (See Section L, Clause 52.236-27) d. In accordance with FAR 36.204 and DFARS 236.204, the magnitude of construction for this requirement is between $5,000,000 and $10,000,000. e. Indicate in Section F the proposed number of calendar days required to complete performance following receipt of Notice to Proceed. f. See Sections L and M for proposal submission guidelines, mailing or hand delivery addresses and evaluation procedures. SITE VISITS A. The pre-proposal conference/site visit will be conducted on August 23, 2022 at 10:00 a.m. central daylight time (CDT). B. Submit the names of all attendees to Mr. Robert Walz and Mr. Todd Benner via email at robert.walz.1@us.af. mil and todd.benner@us.af.mil no later than 24 hours prior to the meeting time. Limit is two (2) representatives per contractor. This information must be provided in advance, in order to ensure access to the conference site and adequate space for the conference attendees. Upon receipt of names and attendees, details will be provided on the meeting location and how to gain access. C. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation amendments shall apply. L-5 REQUESTS FOR INFORMATION Requests for Information (RFIs) or other questions pertaining to this requirement must be submitted to Mr. Robert Walz and Mr. Todd Benner via email at robert.walz.1@us.af.mil and todd.benner@us.af.mil no later than September 6, 2022 at 10:00 a.m. central daylight time (CDT). All RFIs shall utilize the RFI attachment to the solicitation. RFIs or other questions submitted after the cutoff time may not be answered if the CO determines it not to be in the Government's best interest. Title: Repair B1643 Solicitation Number: FA6675-22-R-0011 Description: This is a solicitation and request for proposals for the phased renovation of Air Force Maintenance Hangar Building #1643. This requirement includes demolition, construction, renovation, and incidental related work in compliance with A&E produced design specifications and drawings. Construction requirements also include, but are not limited to, civil, architectural, mechanical and electrical components. This solicitation is for the Base Bid and Bid Option 005 requirements as indicated on Attachment 2 - B1643 - Drawings - CUI. References contained in this solicitation's attachments to Bid Options 001, 002, 003 and 004 are shown for the purpose of overall project clarity only, and are not included in this solicitation. The construction of Phase 3 of this project shall be performed using U.S. persons (an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. 1101(a)(20) or who is a protected individual as defined by 8 U.S.C. 1324b(a)(3)) and by controlling access to only vetted Construction personnel and Government inspectors. For access to controlled documents, please send a request via email to the Primary and Alternate points of contact provided below. All email requests shall reference this solicitation, FA667522R0011, and include a completed and signed Non-disclosure Agreement that is attached to this solicitation, the potential offeror's company name, company address and System for Award Management (SAM) Unique Entity ID and include a completed, initialed and signed Non-disclosure Agreement that is attached to this solicitation. Contracting Office Address: 1660 Lyons Drive NAS Fort Worth JRB TX 76127-1061 Place of Contract Performance: NAS Fort Worth JRB Fort Worth, Texas 76127 United States Set-aside Status: None. Full and Open Competition. Contract Type: Single Award, Firm Fixed Price In accordance with FAR Provision 36.204 and DFARS 236.204, the magnitude of construction for this requirement is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code for this project is 236220 with size standard is $39.5 million. Best Value Source Selection Approach: Lowest price technically acceptable source Date of site visit: 08/23/2022 at 10 a.m. CST (Limit is one two (2) representatives per contractor) Closing date for Requests for Information: 09/06/2022 at 10 a.m. CST Closing date for Proposals: 09/19/2022 at 12 p.m. CST Estimated construction schedule: TBD at award in conjunction with proposal Notice to Offerors: This requirement is currently unfunded, and no award will be made prior to the availability of funding. The solicitation will be issued . No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted. All inquiries shall be via email only. Prospective contractors must register on the SAM.gov site in order to receive notification of changes to the solicitation. Prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for award. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. *Some or all of the documents for this project may be controlled unclassified information and property of the United States Government and if so we will not be obtaining them. Users must register with FBO in order to view and obtain controlled unclassified documents.

Details

Division 03 - Concrete, Concrete Forming, Structural Cast-in-Place Concrete Forming, Concrete Reinforcing.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 09 - Finishes, Painting.
Division 10 - Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers.
Division 13 - Special Construction, Fabricated Engineered Structures, Metal Building Systems.
Division 21 - Fire Suppression.
Division 31 - Earthwork, Site Clearing, Grading.
Division 32 - Exterior Improvements, Rigid Paving, Concrete Paving, Fences and Gates.
Division 33 - Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents