South Dakota Bids > Bid Detail

B-21 East Alert Apron

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159435749315842
Posted Date: Mar 5, 2024
Due Date: Apr 5, 2024
Source: https://sam.gov/opp/d1ff5dd450...
Follow
B-21 East Alert Apron
Active
Contract Opportunity
Notice ID
W9128F24SM010
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?

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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 05, 2024 10:28 am CST
  • Original Published Date: Nov 28, 2023 10:28 am CST
  • Updated Response Date: Apr 05, 2024 02:00 pm CDT
  • Original Response Date: Dec 28, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 01, 2024
  • Original Inactive Date: Jul 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Ellsworth AFB , SD 57706
    USA
Description View Changes

Sources Sought Notice Identification Number: W9128F24SM010





This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.





The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) AT LEAST WITHIN THE ESTIMATED MAGNITUDE OF CONSTRUCTION. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.





Responses are to be sent via email to michele.a.renkema@usace.army.mil and courtesy copy amanda.e.eaton@usace.army.mil and brittany.c.gull@usace.army.mil and no later than 2:00 p.m. CST, 5 April 2024. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. Please include the Sources Sought Notice Identification Number in the subject line of any email submission.





Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M.





PROJECT Location and Description:



This upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP).





B-21: East Alert Apron, Ellsworth Air Force Base (EAFB), South Dakota (SD).





This project will provide four (4) new pre-engineered metal Environmental Protection Shelters (EPS), approximately 20,000 SF each. EPSs are sized to fit the B-2A “Spirit” aircraft with space to perform general aircraft maintenance. The project also includes associated airfield and ground support equipment (GSE) paving. Supporting facilities include two (2) maintenance kiosks, approximately 160 SF each, providing electrical and communication infrastructure to the EPSs. Additional site features include blast deflectors, PL-3 boundary fencing and lighting, and an entry control point (ECP). This project will include a space or spaces constructed to AFI 16-1404 requirements.





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. Each 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.





Special construction and functional requirements: The project will be constructed on / near the existing Alert Apron at EAFB. As such, the project will be constructed adjacent to – and may be required to integrate with active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials contaminated apron and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13.





Project Period of Performance: 800 calendar days from construction NTP.





Submission Details:





All interested, capable, qualified, and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 12 pages. Email responses are required.





Please include the following information in your response/narrative:






  • Company name, address, and point of contact, with phone number and email address

  • CAGE Code and EID number

  • Business size to include any official teaming arrangements as a partnership or joint venture

  • Details of similar projects and state whether you were the prime or subcontractor

  • Start and end dates of construction work

  • Project references (including owner with phone number and email address)

  • Project cost, term, and complexity of job

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

  • Respond to PLA Survey Questions (see attachment to this posting)





Details on similar projects with scope and complexity should identify experience with the following within the past 10 years.






  • Construction of similar clear-span type covered storage or maintenance facility (large pre-engineered metal building systems, large vehicle storage, large bay facility, etc.)

  • Construction of airfield paving in compliance with UFC 3-260-02 or associated Unified Federal Guide Specifications.

  • Construction of facilities to the AFI 16-1404 or equivalent standards.

  • Construction of facilities designed to resist vibroacoustic impacts associated with aircraft (or other) engine runup and taxiing.

  • Construction of aircraft blast deflectors or equivalent feature.

  • Construction of Protective Level 3 (PL-3) boundary fencing or equivalent standards.

  • Construction of facilities on a DoD Military Installation.

  • Construction of facilities on an active airfield flightline.









Responses will be shared with Government personnel and the project management team on a need-to-know basis, but otherwise will be held in strict confidence.





Project Labor Agreement





Project Labor Agreements (PLAs) are required for large-scale construction projects, unless an exception is determined to apply to the project. Large-scale construction projects are defined as construction projects with estimated costs expected to exceed $35M. If an exception does not apply, a PLA will be required from all offerors with submission of their initial proposal. The PLA will be evaluated on an Acceptable/Unacceptable basis. Submitted PLAs will be reviewed for compliance with all statutes, regulations, Executive Orders, and agency/ contract requirements. Offerors are encouraged to review 22.504, General requirements for project labor agreements.





PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) AT LEAST WITHIN THE ESTIMATED MAGNITUDE OF CONSTRUCTION.





ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE SECOND QUARTER OF FISCAL YEAR 2025 (FY25).





Telephone inquiries will NOT be accepted.






Attachments/Links
Contact Information View Changes
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 >