SOLICITATION NOTICE
Y -- Software Integration Lab
- Notice Date
- 5/23/2025 12:21:21 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV25RA014
- Response Due
- 6/8/2025 12:00:00 PM
- Archive Date
- 06/23/2025
- Point of Contact
- Brian Welch, Phone: 9186697652, Julie S. Hill, Phone: 9186697699
- E-Mail Address
-
brian.j.welch@usace.army.mil, julie.s.hill@usace.army.mil
(brian.j.welch@usace.army.mil, julie.s.hill@usace.army.mil)
- Description
- PRE-SOLICITATION NOTICE For SOFTWARE INTEGRATION LAB (SIL), TINKER AFB, OK This is a PRE-SOLICITATION NOTICE for the construction of a Software Integration Lab (SIL) at Tinker AFB, OK. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The solicitation for qualification packages will be posted on SAM.gov at a later date. Please see below for further information. The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award a Software Integration Lab (SIL) at Tinker AFB, OK. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR Part 15. PROJECT DESCRIPTION: The scope of work for this fully designed action is comprised of renovating an area in the eastern-most portion of an existing facility (B9201 � approximately 293,868 SF of 810,089 SF, 36% of facility space), into a Software Sustainment Program Office. This effort will include the remainder of the ground floor, the entire second floor, and a portion of the third floor all to support program software sustainment and integration lab requirements. Repairs and modifications to the existing building will be undertaken to meet the program, security, and acoustic requirements of the project. Elevator work for both passengers and freight will be executed to complete the access requirements to the second and third floor areas. Construction of a new radar dome with equipment both internal and external to the facility. Additionally, construction of an exterior fire escape staircase per code is included. Facility work includes but is not limited to: Secure Areas/Controlled Areas addition and/or repair of walls, ceilings, doors, floors, lighting, offices, vestibules, hallways, shipping/receiving area, mechanical/electrical rooms, communications equipment rooms, storage areas, break rooms, restrooms, conference/training room areas, to support 650 program office and supporting personnel; HAZMAT inspection and mitigation (if discovered). The facility will be designed as permanent construction in accordance with the Department of Defense (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. The base proposal will include the Software Integration Lab with options to include but not limited to Electronic Security System, Audio Visual Equipment, Furnishings, Raised Flooring, Generators, Parking Lots, Demolition, Exterior Canopy, Exterior Landscaping, and Exterior Windows. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is $100,000,000 and $250,000,000. Estimated duration of the project is 912 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45M. TYPE OF SET-ASIDE: This requirement will be procured as unrestricted. AWARD SELECTION PROCESS: The project solicitation will consist of two phases. Phase I: Pre-qualification of Offerors The announcement of the solicitation of pre-qualification submissions constitutes Phase I. USACE will evaluation the pre-qualification submissions based on the evaluation criteria set forth in the Phase I SAM.gov announcement, to be posted at a later date as indicated below. The Government MAY conduct an information session for interested Offerors prior to the receipt of the pre-qualification submissions. Phase II: Requests for Proposals from Pre-Qualified Offerors The Offerors determined to be pre-qualified in accordance with the Phase I Sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be invited to participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the design-bid-build construction project. ADDITIONAL INFORMATION: SAM registration is not required for purposes of prequalification (Phase I); however, please note the pre-qualified entity shall be the same entity submitting a proposal in response to the Request for Proposal in Phase II. Prequalification is distinct from eligibility for contract award. Specific requirements for security clearance and eligibility for award will be set forth in the Solicitation. To the extent the Offeror anticipates proposing two or more entities that meaningfully rely on related entities to perform under the contract and to meet the stated requirements of the Solicitation, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime) and should be registered in SAM prior to proposal submission. Firms submitting information for Phase I qualification will be required to address the possession of a valid Facility Clearance (FCL) and the ability to demonstrate they are a construction firm. ESTIMATED SCHEDULE: The solicitation, Phase 1 � Pre-qualification, is planned for release on SAM.gov on or about 8 JUN 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d2064771e824a62964ee27058cfea66/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07454822-F 20250525/250523230043 (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 |