Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 30, 2023 SAM #8038
SOURCES SOUGHT

B -- B-21 East Alert Apron

Notice Date
11/28/2023 8:28:13 AM
 
Notice Type
Sources Sought
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F24SM010
 
Response Due
12/28/2023 12:00:00 PM
 
Archive Date
07/01/2024
 
Point of Contact
Michele Renkema
 
E-Mail Address
michele.a.renkema@usace.army.mil
(michele.a.renkema@usace.army.mil)
 
Description
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 jeffrey.w.wyant@usace.army.mil no later than 2:00 p.m. CST, 28 December 2023.� 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.� EPS�s 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 EPS�s.� 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 (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 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/52e80d9781fa450d99391a32d6e68a51/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN06896665-F 20231130/231128230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.