South Dakota Bids > Bid Detail

Repair Runway, Critical Infrastructure, Utility System, Ellsworth AFB, SD

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159032801492637
Posted Date: Aug 31, 2023
Due Date: Sep 15, 2023
Solicitation No: W9128F-23-R-0073
Source: https://sam.gov/opp/4add1e7a94...
Follow
Repair Runway, Critical Infrastructure, Utility System, Ellsworth AFB, SD
Active
Contract Opportunity
Notice ID
W9128F-23-R-0073
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Aug 31, 2023 02:49 pm MDT
  • Original Published Date: Aug 31, 2023 02:13 pm MDT
  • Updated Response Date: Sep 15, 2023 09:00 am MDT
  • Original Response Date: Sep 15, 2023 09:00 am MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BD - CONSTRUCTION OF AIRPORT RUNWAYS AND TAXIWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Ellsworth AFB , SD 57706
    USA
Description View Changes

PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for developing the general conditions and acquisition method for an upcoming contract requirement to Repair Runway, Critical Infrastructure, Utility System, Ellsworth AFB, SD. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the Government to contract for any supply, service, or construction. There is no solicitation currently available.



THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate pre-solicitation announcement will be published on the System for Award Management (SAM) website (sam.gov). Responses to this SOURCES SOUGHT NOTICE are not adequate responses to any future solicitation announcement. All interested parties and potential offerors are responsible for monitoring SAM for any future postings.



The purpose of this notice is to gain knowledge of, and determine the availability of, potentially qualified small and large business sources and their size classifications relative to the North American Industry Classification System (NAICS) Code “237310 - Highway, Street, and Bridge Construction” to assist the Government in determining the most appropriate acquisition method for this contract requirement, including whether a small business set-aside is possible and/or appropriate. In addition, the purpose of this notice is to request information from interested Contractors to assist the Government in planning for and developing the general conditions for this pending contract requirement. Specific response requirements and questions are outlined below within this notice. Please note that this research is for planning and information purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the U.S. Army Corps of Engineers. However, all interested parties are invited to respond, via email, to this Sources Sought Notice.



ANTICIPATED CONTRACT DESCRIPTION AND SCOPE: The project will be located at Ellsworth Air Force Base (AFB), Rapid City, South Dakota. Contractor will remove and replace 12-inch concrete placement (PCC) overlay select slabs identified by USACE as failing, route and seal PCC cracks, partial depth PCC patching, reseal all existing runway PCC joints. All Taxiway Foxtrot, Taxiway Bravo, and Overrun repairs are included in this project. All RNWY 13 END and 31 END overrun asphalt will be removed full depth and replaced with 3 inches of asphalt. Contractor will also grind and re-groove the existing pavement.



In addition to the runway and overrun repairs, this project includes extensive electrical upgrades as well. This project will include a new approach lighting and duct bank systems, as well as new runway & taxiway edge lighting, and a new lighting vault.



MAGNITUDE OF THIS REQUIREMENT (DFAR 236.204): Between $100,000,000 and $250,000,000.



ESTIMATED PROJECT SOLICITATION ISSUE DATE: 31 August 2024



PROJECT PERIOD OF PERFORMANCE: 1,400 calendar days from construction NTP.



SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT NOTICE:



All interested, capable, qualified, and responsive Contractors under NAICS code 237310 are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description. Narratives shall be no longer than 2 pages. Email responses are required.



Required Information:




  1. Company Name, address, phone number, point of contract, email, web address:

  2. CAGE Code and Unique Entity Identifier (UEI):

  3. North American Industry Classification System Code (NAICS):

  4. State whether your firm is classified by the Small Business Administration as any of the following under NAICS code: 237310.




  • Small Business

  • Small Disadvantaged Business

  • Service-Disabled Veteran Owned Small Business (SDVOSB)

  • Women Owned Small Business (WOSB)

  • HUBZone

  • None of the above




  1. Is your company currently registered in System for Award Management (SAM)?

  2. Has your company performed work for the federal Government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation:

  3. Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal.



CAPABILITIES and SUBMISSION REQUIREMENTS:




  1. Responders shall provide a brief narrative describing a minimum of two (2) to a maximum of three (3) projects the interested firm has completed in the last seven (7) years that were on an active military installation and are similar in size, scope, cost, and complexity to the anticipated contract requirements described above.



2.Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS



SUBMISSION DUE DATE/TIME:



Responses to this SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION should be received as soon as possible but no later than 9:00 am (MST) on 15 September 2023. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: Contract Specialist Roberto Zepeda at roberto.e.zepeda@usace.army.mil and Contracting Officer Shane Jervis at shane.e.jervis@usace.army.mil. Please note that the Government is not soliciting and will not entertain questions at this time and phone calls will not be accepted.



Submission of your interest and response to these questions is not a prerequisite to any potential future posting, but participation will assist the Government in identifying sources with required capabilities and will assist the Government in planning and developing the general conditions for this contract requirement as well as the appropriate acquisition method for this contract requirement. In addition, an interested firm’s response to this notice, or to any of the questions contained herein, will not constitute a commitment by the firm in any way on any of these matters. Interested bidders must be registered in the SAM database (sam.gov) to be eligible for award of any future Government contract.



Provide comments or identify any concerns your company has regarding the planned solicitation. Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >