South Dakota Bids > Bid Detail

B-21 Weapons Release Systems Shop (WRSS), Ellsworth Air Force Base (EAFB), South Dakota (SD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159909765736472
Posted Date: Oct 26, 2022
Due Date: Nov 16, 2022
Solicitation No: W9128F23SC004
Source: https://sam.gov/opp/90156706bc...
Follow
B-21 Weapons Release Systems Shop (WRSS), Ellsworth Air Force Base (EAFB), South Dakota (SD)
Active
Contract Opportunity
Notice ID
W9128F23SC004
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 12:52 pm CDT
  • Original Response Date: Nov 16, 2022 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BF - CONSTRUCTION OF MISSILE SYSTEM FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

Sources Sought Notice Identification Number: W9128F23SC004



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 $5M. 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 Amanda Eaton at Amanda.e.eaton@usace.army.mil and courtesy copy Brandon Landis at brandon.p.landis@usace.army.mil not later than 4:00 p.m. CST, 16 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 $5M and $10M. This 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 Release Systems Shop (WRSS), 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 beddown in support of the B-21 program at EAFB, SD. This project will renovate approximately +/- 50,000 SF of an existing facility. The modifications at the exterior will include an accessible entrance. Conventional construction demolition and new construction will be employed for this project. A new communications room will be included as well as systems to serve new rooms or areas experiencing a change in function or use that would require updates. This anticipates that the utilities, site, and building parameters remain un-affected (with the possible exception of the communication utility).



The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, 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: Demolition of existing facilities and infrastructure – to include hazardous materials and soils may be required.



The facility contains multiple secure spaces to be designed and constructed. Special oversight of this project may also be required.



Project Period of Performance: 365 calendar days from construction 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 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 DUNS/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



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






  • Construction/renovation of large maintenance and/or industrial facilities.

  • Construction/renovation of facilities requiring escorting when and around secure areas.

  • Construction/renovation of facilities on a DoD Military Installation.

  • Construction/renovation of facilities in a DoD Restricted Area.

  • Construction/renovation of facilities that are partially occupied.

  • Construction/renovation of facilities that require construction phasing in order to facilitate shared occupancy.



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 $5M.



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 12:52 pm 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 >