To access this element change to forms mode OFF

Closed ATM View - AZ6345

P0010 - National Airfield Works at HMAS Albatross, RAAF Base Richmond, Pearce and Amberley

Contact Details

Beca Consultants Pty Ltd - Attn: Joshua Kassulke

:
+61 498 354 853

:

:
AZ6345
:
Department of Defence - DSRG
:
72100000 - Building construction and support and maintenance and repair services
:
16-Dec-2021 12:00 pm (ACT Local Time)
Show close time for other time zones
:
18-Oct-2021
:
NSW, WA, QLD
Perth, Brisbane
:
Request for Tender

:
No
:
No
:
No

:

 

Tenderers are invited from suitably experienced entities to undertake the role of Contractor for major Airfield Works at one or more, including any combination of, the following Bases:

 

•HMAS Albatross

•RAAF Base Richmond

•RAAF Base Pearce

•RAAF Base Amberley.

Tenderers will be required to provide Buildability Input in the Design Phase and subject to Construction Phase Agreement and receipt of Regulatory Approval, construction of the proposed Works.

Works for the Project include provision of aircraft pavement, AGL and stormwater drainage improvement works including:

1.HMAS Albatross ($70M-110M)

a)Replacement of the Base’s AGL network.

b)Asphalt strengthening overlay of Runway 03-21, removal or rectification of fixed obstacles within the runway strip and reconstruction of runway drainage crossings.

c)Reconstruction of Runway 08-26 drainage crossings as well as removal or rectification of fixed obstacles within the runway strip. 

d)Asphalt strengthening overlay of Taxiway A, Taxiway B, Taxiway C, Taxiway G, Taxiway H and the Civil Apron.

e)Asphalt mill and fill resurfacing of Taxiway F and the Western Aircraft Apron.

f)Reconstruction of the Central Apron as well as Asphalt portions of the AMFTU Apron.

g)Flank regrading, where required as a result of pavement works.

h)Re-use of asphalt millings and other materials on site where contamination and other requirements allow.

i)Off-site disposal of material unable to be re-used.

2.RAAF Base Richmond ($50M - $100M)

a)Asphalt strengthening overlay of Runway 10-28 as well as asphalt mill and fill of runway blast pads, reconstruction of Airfield drainage between the runway and Taxiway Z, replacement and relocation of existing IWDIs and removal or rectification of fixed obstacles within the runway strip.

b)Replacement of intermediate hold position lighting on Taxiway A and Taxiway E.

c)Demolition of Taxiway B pavement and regrading as runway and taxiway flanks.

d)Reconstruction of Taxiway D in asphalt and replacement of intermediate hold position lighting.

e)Adjustment of Taxiway F Centreline Lighting for improved compliance.

f)Asphalt mill and fill resurfacing of Taxiway W and OLA1 shoulder pavement.

g)Reconstruction of Taxiway Z2 segment in Asphalt, mill and fill resurfacing of asphalt shoulder pavement extents across segments Z1, Z3 and Z4.

h)Asphalt mill and fill resurfacing of the Flying Club Taxiway.

i)Asphalt mill and fill resurfacing of shoulders of the Eastern and Western tarmacs, replacement of Apron Edge Lighting (incorporating Apron Edge Lighting on Taxiway F, Taxiway G and Taxiway H) and reconstruction of apron grated drain between Hangar 4 and Hangar 5.

j)Replacement of Apron Edge Lighting of the Western ORP.

k)Installation of new or replacement mandatory instruction MAGS across the aerodrome.

l)Replacement of TACAN Check Signs across the aerodrome.

m)Lift and reinstatement of other AGL impacted by the works.

n)Flank regrading, where required as a result of pavement works.

o)Re-use of asphalt millings and other materials on site where contamination and other requirements allow.

p)Off-site disposal of material unable to be re-used.

3.RAAF Base Pearce ($90M – 150M)

a)Asphalt mill and fill resurfacing of Runway 18L-36R, integrating into AIR7000 thresholds and Runway 18L starter extension works, reconstructing runway drainage crossings and upgrade of drainage network to the eastern side of Runway 18L-36R between Taxiway E and Taxiway D.

b)Asphalt strengthening overlay of Runway 18R-36L and reconstruction of runway drainage crossings.

c)Asphalt mill and fill resurfacing as well as portions of strengthening overlay and deep-seated patching of Runway 05-23, installation of new PAPIs as well as replacement MIRL, DTRMs and IWDIs.

d)Asphalt strengthening overlay as well as replacement of taxiway centreline lighting (including apron inverts) and AGL pit and duct with new primary cabling of Taxiway A (segments A1, A2 and A3), Taxiway B (segments B1 and B2), Taxiway C1.

e)Asphalt strengthening overlay of Taxiway D.

f)Asphalt mill and fill resurfacing of Taxiway C2, Taxiway E1, Taxiway E2 and Taxiway Z (asphalt portion).

g)Asphalt mill and fill resurfacing (other than accrete areas and Aircraft Wash Area and Hardstand adjacent to Hangars 121 and 122) of the Main Apron, reconstruction of accrete areas in concrete, pavement surface treatment of Aircraft Wash Area and hardstand adjacent to Hangars 121 and 122 as well as construction of new apron drainage.

h)Shoulder asphalt mill and fill resurfacing, replacement of apron edge lighting and replacement AGL pit and duct along with new primary cabling for the Air Movements Apron.

i)Asphalt mill and fill resurfacing of apron inverts, replacement of taxiway centreline lighting (of apron inverts), replacement of apron edge lighting and replacement AGL pit and duct along with new primary cabling for the RSAF Apron.

j)Asphalt mill and fill resurfacing of Aircraft Wash Apron and OLA2 taxiways (integrating into the AIR7000 parking position works) as well as replacement of taxiway centreline lighting and AGL pit and duct with new primary cabling.

k)Lift and reinstatement of other AGL impacted by the works.

l)New ALER facility for new constant current regulators (CCR), control systems, a Local Emergency Generator (LEG) and Heating, Venting and Cooling (HVAC) plant as well as decommission and demolition of existing ALER.

m)Reconstruction of selected Airfield drainage headwall infrastructure. 

n)Clearing of selected Airfield open drains of reeds.

o)Installation of new or replacement mandatory instruction MAGS across the aerodrome.

p)Replacement of TACAN Check Signs across the aerodrome.

q)Lift and reinstatement of other AGL impacted by the works.

r)Flank regrading, where required as a result of pavement works.

s)Re-use of asphalt millings and other materials on site where contamination and other requirements allow.

t)Off-site disposal of material unable to be re-used

4.RAAF Base Amberley ($60 - $100M)

a)Asphalt mill and fill resurfacing of the asphalt portions (including blast pads) of Runway 15-33, replacement of HIRL, installation of new taxiway centreline crossing at Taxiway A2 and Taxiway D intersections (and removal of redundant fittings) as well as installation of AGL for the Tactical Landing Box.

b)Asphalt strengthening overlay of the Runway 04-22 intersection with Runway 15-33 (270m total length of Runway 04-22 pavement), upgrade of drainage between Threshold 04 and Taxiway B, selected replacement of Taxiway Edge Lighting fittings between Runway 15-33 and Taxiway A, installation of Taxiway Centreline Lighting crossing at Taxiway A as well as installation of AGL for the Tactical Landing Box.

c)Asphalt mill and fill resurfacing of asphalt portions of Taxiway A as well as asphalt strengthening overlay of shoulder pavement along the length of the taxiway.

d)Asphalt strengthening overlay of structural pavement and mill and fill resurfacing of shoulder pavement of Taxiway A2.

e)Asphalt mill and fill resurfacing of structural pavement and strengthening overlay of shoulder pavement of Taxiway A3.

f)Asphalt mill and fill resurfacing of Taxiway B (asphalt portion), Taxiway Q and Taxiway Z.

g)Asphalt mill and fill resurfacing of Taxiway J whilst converting to a Tow-Way and decommissioning (and removing) Taxiway Edge Lighting.

h)Relocation of Taxiway Centreline Lighting to centreline of Taxiway D at the lead-in to Runway 15-33 centreline line marking.

i)Relocation and replacement of intermediate hold position lighting of Taxiway A1 and Taxiway A4.

j)Replacement of blue Apron Edge Lighting with yellow fittings of the Central Apron and ORPs (Northern, Southern and ORP 04).

k)Asphalt mill and fill resurfacing of the Old Air Movements Apron, replacement of Apron Edge Lighting and installation of new Apron drainage.

l)Reconstruction of selected Airfield drainage headwall infrastructure. 

m)Clearance of selected Airfield open drains of reeds.

n)Installation of new or replacement mandatory instruction MAGS across the aerodrome.

o)Replacement of TACAN Check Signs across the aerodrome.

p)Lift and reinstatement of other AGL impacted by the works.

q)Flank regrading where required as a result of pavement works.

r)Re-use of asphalt millings and other materials on site where contamination and other requirements allow.

s)Off-site disposal of material unable to be re-used.

To receive a copy of the Tender Documents, Tenderers must first return a signed confidentially agreement to the Contact Officer – see the Contact Details section below.

 

 

:

Disclaimer and Confidentiality Agreement

The Disclaimer and Confidentiality Agreement is available by clicking on "ATM Documents". 

Tenderers are required to download, complete, duly execute and return the Disclaimer and Confidentiality Agreement by email to the Contact Officer.

Tenderers may submit completed Disclaimer and Confidentiality Agreements, as a precondition to receipt of the Tender Documents, as of the publication of this notice, however Tender Documents will be released no sooner than 21 October 2021.

Confidential Information

The Tender Documents contain Confidential Information. Further information regarding the Tenderer's obligations in respect of Confidential Information is set out in the Disclaimer and Confidentiality Agreement and the Tender Documents.

Sensitive or Classified Information

The whole or any part of the Tender Documents contain Sensitive or Classified information. The highest level of Classified Information is Commercial-in-Confidence.

Further information regarding the Tenderer's obligations in respect of Sensitive and Classified Information is set out in the Disclaimer and Confidentiality Agreement and the Tender Documents.

Industry Briefing

In response to the COVID-19 pandemic, an online industry briefing will be conducted via MS Teams on Thursday, 28 October 2021 at 1pm Canberra local time.

Building Code 2016

The Building Code 2016 applies. If the Building Code 2016 applies then by lodging a Tender, the Tenderer will become subject to the Building Code 2016.

Further information regarding the Building Code 2016 is provided in the Tender Documents (including conditions of participation and minimum form and content requirements).

WHS Accreditation Scheme

The WHS Accreditation Scheme pursuant to the Building and Construction Industry (Improving Productivity) Act 2016 (Cth) applies.  Further information regarding the WHS Accreditation Scheme is provided in the Tender Documents.

Indigenous Procurement Policy

The Australian Government's Indigenous Procurement Policy took effect on 1 July 2015.  Further information regarding the Indigenous Procurement Policy is provided in the Tender Documents (including, if it applies potential minimum form and content requirements).

Joint Bids

The Commonwealth does offer the Tenderer an opportunity to lodge its Tender on a Joint Bid Basis.  Further information regarding Joint Bids is provided in the Tender Documents.

PWC Act

The Works described in the Tender Documents are a "public work" and therefore subject to section 18 of the Public Works Committee Act 1969 (Cth).

Links to Defence websites

None

Evaluation Criteria

The evaluation criteria are described in the Tender Documents.

Minimum Form and Content Requirements 

The minimum form and content requirements are described in the Tender Documents.  

Conditions for Participation

The conditions for participation are described in the Tender Documents.

 

:

The Conditions for Participation are described in Tender Documents.

:

The Award Date is anticipated to be February 2022.

The Services are anticipated to commence in March 2022with Completion on or before September 2022.

The Works are anticipated to commence in October 2022 with Completion on or before October 2024. 

Estimated Value (AUD):
From $50,000,000.00 to $460,000,000.00
:
Lodged on Austender in accordance with the tender lodgement procedures set out in the Tender Documents and on AusTender.

Contact Details

Beca Consultants Pty Ltd - Attn: Joshua Kassulke

: +61 498 354 853

: