South Dakota Bids > Bid Detail

B-21 Weapon Loader Training Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159158189361961
Posted Date: Mar 13, 2023
Due Date: Mar 27, 2023
Solicitation No: W9128F23R0012
Source: https://sam.gov/opp/fd899e2c4c...
Follow
B-21 Weapon Loader Training Facility
Active
Contract Opportunity
Notice ID
W9128F23R0012
Related Notice
W9128F23SM001
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2023 06:23 pm EDT
  • Original Response Date: Mar 27, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD 57706
    USA
Description



SOLICITATION NO. W9128F23R0012



PROCUREMENT TYPE: Pre-solicitation



ASSOCIATED NOTICE: W9128F23SM001



TITLE: B-21 Weapon Loader Training Facility (B-21 WLT)



CLASSIFICATION CODE: Y -- Construction of Miscellaneous Building



NAICS CODE: 236220 -- Commercial and Institutional Building Construction



PSC CODE: Y1JZ – CONSTRUCTION OF MISCELLANEOUS BUILDINGS



DESCRIPTION:



On or about 03 April 2023, this office will issue a solicitation for construction/renovation of the B-21 Weapons Loader Trainer at Ellsworth Air Force Base (EAFB), South Dakota (SD). This project will be executed using a design-bid-build (DBB) project delivery method. Proposals will be due approximately 30 days after RFP release. It is anticipated that an award will be made in August or September 2023, subject to availability of funding. The anticipated construction duration is 730 days after issuance of the notice to proceed.



This solicitation is unrestricted and open to large and small business participation. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer.



SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION:



Please be advised of on-line registration requirements for Contractor Registration and for Representations and Certifications Application which are in System for Award Management ‘SAM’ database at https://sam.gov/. The representations and certifications section in SAM are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from the date of initial submission and expire on an annual basis from the update to SAM.



PROJECT DESCRIPTION (approx. quantities)



B-21 Weapons Loader Training (WLT) Facility, Ellsworth Air Force Base (EAFB), South Dakota (SD).



This is one of several major construction projects that serves as part of a multi-year facilities bed-down in support of the B-21 program at EAFB, SD. This project will renovate roughly 60,000 interior square feet of an existing large, +/- 120,000 SF hangar facility (known as PRIDE Hangar and/or B7504). Most of the renovated space will include a new large weapons loader training (WLT) bay. The new structure encloses a mock-up of an aircraft fuselage for weapons loading training activities. Other renovated spaces include administrative, training, and utility areas. Various areas within the facility will be secure spaces. The renovation may also include water intrusion corrections on the existing hangar bay door and abatement or remediation of existing hazardous materials in and around the facility, as well as internal and site-side infrastructural accommodations. Accommodations may include but are not limited to site features, fire protection and suppression systems, and interior and exterior utilities (comm, electrical, water, sanitary, etc.).



The project may include bid options for a second weapons loader bay, furniture, furnishing and equipment (FF&E), electronic security systems (ESS), intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems.



Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.



Demolition of existing facilities and infrastructure – to include hazardous materials and soils may be required.



The facility contains secure spaces to be designed and constructed to ICD/ICS 705 and other related criteria. Special oversight of construction of these portions of the project may be required



Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M. The magnitude of construction for this specific project is projected to be between $30M-$40M. This project is a Facilities Sustainment, Restoration, and Modernization (FSRM) project.



OBTAINING SOLICITATION DOCUMENTS:



Solicitation documents will be posted to the web via the Contract Opportunities at: https://.sam.gov/.



Find solicitation announcement in SAM: https://sam.gov/




  1. Click on ‘Search Contract Opportunities’ under the Contract Opportunities title.

  2. Use the ‘Keywords’ block to locate the project by entering the solicitation number or use the various advanced search blocks below the ‘Keywords’ search block.

  3. By using the ‘login’ feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted.

  4. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from this view under ‘Attachments/Links’.

  5. If you want other vendors, sub-contractors or contractors to contact you, click on the ‘Interested Vendors’ tab and then ‘Add me to Interested Vendors’ link at the bottom of the page.



Solicitation documents are provided to the general public free of charge.



INQUIRIES:



A bidder inquiry key will be included in the solicitation. Questions regarding the solicitation will be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/.



Telephone calls 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 >