SOURCES SOUGHT
Y -- GBSD AETC Formal training Unit, Vandenberg SFB, CA
- Notice Date
- 10/10/2023 12:01:06 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL24R0003
- Response Due
- 11/17/2023 2:00:00 PM
- Archive Date
- 12/02/2023
- Point of Contact
- Roger Minami, Procurement Analyst, Office of Small Business Programs, Raj Cooper, Phone: 2134523168
- E-Mail Address
-
kinya.r.minami@usace.army.mil, raj.cooper@usace.army.mil
(kinya.r.minami@usace.army.mil, raj.cooper@usace.army.mil)
- Description
- This is a SOURCES SOUGHT NOTICE for information only.� Replies by interested parties will be used by this agency for preliminary planning purposes.� No proposal or contract will be awarded from this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a FY25 firm-fixed price contract for Construction of an Air Education Training Command Formal Training Unit at Vandenberg SFB, CA. Background: There is not a Formal Training Unit at Vandenberg Space Force Base. The Minuteman III weapon system Air Education and Training Command training center is currently housed at multiple buildings within the training complex at Vandenberg Space Force Base. The Ground Based Strategic Deterrent weapon system is an entirely overhauled system and does not emulate the Minuteman III weapon system, requiring Sentinel Ground Based Strategic Deterrent specific training devices/capabilities (operations, maintenance, and security forces) that cannot be provided by the current Minuteman III training devices/capabilities. The current Minuteman III program training facility does not have the ability or capacity to accommodate new Sentinel Ground Based Strategic Deterrent specific trainers, and would degrade training operations to both programs. This project consists of furnishing all labor, materials, and equipment in connection with Air Force MILCON Project Number XUMU212936, Sentinel AETC Formal training Unit, Vandenberg SFB, CA The work is briefly described as follows, but is not the entire scope of the project: This is a design bid build project to Construct approximately 177,490SF Air Education and Training Command Formal Training Unit at Vandenberg Space Force Base to support Sentinel (Ground Based Strategic Deterrent) training for Maintenance and Operations. A single training facility will integrate student instruction and lab curriculum reducing student transit between multiple venues, and facilitate instructor collaboration. The Sentinel Air Education and Training Command Formal Training Unit will be located near the existing Minuteman III training facilities off California and Washington Avenue on Vandenberg Space Force Base, CA. The structure will consist of a steel core structure with concrete foundations, electrical/mechanical service and distribution components/systems, water and sewer, fire protection, lightning protection, security and communications systems. Some areas within the secure space of the Air Education and Training Command Formal Training Unit will require additional security depending on the final determination for clearance levels based upon the training curriculum. Site improvements include clearing, grubbing, grading, minor demolition, paving, walkways, and storm drainage. The facility will be comprised of Maintenance Training Bays, Operations Training Labs, Air Education and Training Command Headquarters and Training Instructor offices, and Academic Space. There will be approximately 113 parking spaces required for this facility. The Maintenance Training Bays will facilitate new personnel with initial training for maintenance tasks associated with Sentinel (GBSD) weapon system. One of the bays will allow parking of Payload Transporter, Maintenance Vans, and government operating vehicles and have driving lanes to California Boulevard. Two overhead cranes will be needed in the maintenance training bays to assist with oversized trainers. The Operations Training Labs will consist of Launch Controller Crew Procedures Trainers and other lab/training spaces to house the initial training for operations personnel. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. The type of set-aside decision to be issued will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service Disabled Veteran owned small business concerns and 8(a) firms. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00 In accordance with Defense Federal Acquisition Regulations sub-part 236.204(iii), the estimated magnitude of this project is: Between $100,000,000 and $250,000,000. The total contract performance period is estimated at 1,000 calendar days Minimum capabilities required include, previous experience of projects similar to magnitude and complexity. Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above.� Responses are requested with the following information, which shall not exceed a total of six pages. 1.� Offerors name, address, point of contact, with telephone numbers, and email addresses. 2.� Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. 3.� Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed project. Manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than two (2) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years.� The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors� role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address).� Projects examples MUST be more than $50,000,000. �Lastly, one (1) project must have occurred on a military installation. Responses should be submitted to Kinya Minami, Procurement Analyst, via electronic transmittal at �kinya.r.minami@usace.army.mil.� Submittals are due no later than 2:00 Pacific Time, November 17, 2023.� Submittals will not be returned. This is not a Request for Proposals, only a Request for Information.� No award will result from this Sources Sought Notice.�� This notice does not constitute any commitment by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a69f7c26674a4da6a7110bf680c872fe/view)
- Place of Performance
- Address: Lompoc, CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN06856514-F 20231012/231010230123 (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 |