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: NBD00159730351965616
Posted Date: Oct 26, 2022
Due Date: Nov 21, 2022
Solicitation No: W9128F23SM001
Source: https://sam.gov/opp/7cf4c18936...
Follow
B-21 Weapon Loader Training Facility
Active
Contract Opportunity
Notice ID
W9128F23SM001
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 26, 2022 10:32 am CDT
  • Original Response Date: Nov 21, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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

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) OF AT LEAST $30M. The responses to this source 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 no later than 2:00 p.m. CST, 21 November 2022. 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 $30M 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.



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 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). The majority of 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.



Special construction and functional requirements: This is the second of approximately three major renovation projects within the PRIDE Hangar (B7504). The first project is currently in construction (Convert PRIDE to B1 Parts – W9128F22C0032) and the third future project is in planning. As such, this project will require coordination with concurrent construction within the PRIDE Hangar to include potential utility connections. Coordination will also be required on the exterior of the facility with other B-21 projects as identified in the RFP.



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



Project Period of Performance: 720 Calendar Days from construction notice to proceed (NTP).



Submission Details:



All interested, capable, qualified (under NAICS code 236220) 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 for each facility as described above. Narratives shall be no longer than 12 pages. E-mail responses are required.



Please include the following information in your response/narrative:




  • Company name, address, and point of contact, with (h)is/her phone number and email address

  • CAGE Code and DUNS Number

  • Statement certifying business size such as WOSB, SDVOSB, etc. to include any official teaming arrangements as a partnership or joint venture

  • Details of similar projects within the last 10 years 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 PERFORMANCE AND PAYMENT BONDS CAPACITIES



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




  • Construction and/or renovation of large warehouses and/or hangar facilities to include associated site features, utilities, and infrastructure.

  • Construction of facilities to the ICD/ICS 705 standard.

  • Construction of large span bay type facilities (training, hangar, vehicle bay type).

  • Construction of facilities on a DoD Military Installation.

  • Construction within an occupied facility.

  • Abatement and/or remediation of asbestos, lead based paint, and/or other hazardous materials commonly found in World War II era buildings that have been in active operations since that time.



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.



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) OF AT LEAST $30M.



ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE FOURTH QUARTER OF FISCAL YEAR 2023.



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
  • Oct 26, 2022 10:32 am CDTSources Sought (Original)

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 >