SOLICITATION NOTICE
Y -- B-21 Weapons Generations Facility (WGF-F)
- Notice Date
- 1/23/2023 11:43:32 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F23R0017
- Response Due
- 2/7/2023 12:00:00 PM
- Point of Contact
- Shawn Adkins, Constance Ellard
- E-Mail Address
-
shawn.a.adkins@usace.army.mil, constance.r.ellard@usace.army.mil
(shawn.a.adkins@usace.army.mil, constance.r.ellard@usace.army.mil)
- Description
- Pre-Solicitation Notice W9128F23R0017 Construct a B-21 Weapons Generation Facility-Site F (WGF-F), Ellsworth Air Force Base (AFB), South Dakota On or about 28 February 2023, this office will issue Request for Proposal (RFP) to construct a B-21 Weapons Generation Facility-Site F (WGF-F), Ellsworth Air Force Base (AFB), South Dakota. �The solicitation will close on or about 17 April 2023. This solicitation is UNRESTRICTED. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order 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. DO NOT submit requests for plans and specifications. See �Obtaining Solicitation Documents� below. Project Description (approx. quantities): Construct a 52,210 sq ft Weapons Generation Facility (WGF) that is a hardened facility within a protective zone, with consolidated storage, maintenance, inspection, and administrative functions using best practices from similar Department of the Navy and Department of Energy facilities currently in use. Project will construct a fire suppression system, all utilities, pavements, communication, site improvements, Security Forces Fire Team Facility (F2F), Entry Control Point (ECP)/Shelter and associated support facilities to provide a complete and useable facility. Overhead bridge cranes will be constructed for maintenance purposes in each maintenance bay. All construction will meet requirements for essential facility system nuclear design certification. The project will comply with all applicable DoD, Air Force, and base design standards.� The project will use local materials and construction techniques where cost effective.� The Contractor must design facilities 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.""� This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01, ""DoD Minimum Antiterrorism Standards for Buildings"" and include cybersecurity measures per UFC 4-010-06, ""Cybersecurity of Facility-Related Control Systems."" The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 1461 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $250,000,000 and $500,000,000. Bidders (Offerors): Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at https://beta.sam.gov/search?index=opp. Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp): 1. Use the �Keywords� search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Federal Organizations� (towards the middle of the page) or use the �Federal Organizations� search feature followed by the �Advanced Search� feature. 2. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches.� Sign In might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the �Attachments/Links� section of the solicitation. Please direct procurement questions to the Contracting Specialist, Shawn Adkins via email at shawn.a.adkins@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email. PHONE CALLS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5084c95caa9b4820b6f23ca00763f827/view)
- Place of Performance
- Address: Ellsworth AFB, SD, USA
- Country: USA
- Country: USA
- Record
- SN06570645-F 20230125/230123230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |