Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2025 SAM #8669
SOURCES SOUGHT

Y -- MC-130J Hangar/Aircraft Maintenance Unit

Notice Date
8/19/2025 6:12:00 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
W912PL26RA001
 
Response Due
9/3/2025 1:00:00 PM
 
Archive Date
09/18/2025
 
Point of Contact
Tiffany Chang, Phone: (213) 452-3215, Christina M. Chavez, Phone: 2134523246
 
E-Mail Address
tiffany.chang@usace.army.mil, christina.chavez@usace.army.mil
(tiffany.chang@usace.army.mil, christina.chavez@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 firm fixed price contract to construct MC-130J Hangar/Aircraft Maintenance Unit at Davis-Monthan Airforce Base, Arizona. PROJECT SCOPE: The project includes the Design-Bid-Build construction of two-bay aircraft hangar with concrete foundation and floor slab, steel high bay, standing seam metal roof, cranes, motorized hangar doors and tracks, fire alarm and suppression system to include water storage tanks, and all necessary support. The facility will include all required spaces for an aircraft maintenance unit, including administrative areas, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with showers, break area, circulation and administrative support spaces. Facility will also include a fleet service terminal for the transient alert function, which will be displaced by the construction. Project also includes overhead covered storage space for mobility barn and maintenance squadron, and airfield pavements to provide hangar access for aircraft. Airfield pavement work will include clearing, excavation, placement of base material and concrete pavement, asphalt shoulders, airfield markings, storm water retention, storm drainage, lighting and all other necessary support and be integrated into new airfield apron. This facility will include a 500kW generator to support the maintenance operations center which is authorized by Air Force Manual 32-1062. The project will demolish Building 4809 (4,523 Square Meter) and Building 4826 (209 Square Meter). The project will include all supporting facilities such as utilities, communications, other pavements such as parking and sidewalks, passive force protection measures, and site improvements necessary to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01.and one 120 Tons Air Conditioning is required. MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Utilities; communications support; site improvements; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; security enhancements; backup power generation; and other supporting work necessary to make a complete and useable facility. Minimum capabilities required, include previous experience of projects similar in magnitude and complexity. The type of socioeconomic set-aside, if any, will depend upon the responses to this source sought notice. The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement. 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. The Product Service Code (PSC) is Y1JZ Construction of Miscellaneous Buildings. In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS), 236.204, the estimated construction price range for this project is between $100,000,000 and $250,000,000. The total contract performance period is anticipated to be 750 calendar days. In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this source sought synopsis. Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of seven pages. Offeror�s name, address, point of contact, with telephone numbers, and email addresses. Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations. Bonding capability (construction bonding level per single contract, expressed in dollars; along with current available bonding capacity). Firm's interest in proposing on the solicitation when it is issued. Description of capability to perform the proposed project. Including, capability to manage subcontractors, manage and provide required reporting of small business subcontracting plan progress in a timely/accurate manner, advancing the socio- economic goals of the Federal Government, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than four (3) projects that are complete or at least 50% construction complete and within the past four years. Response MUST demonstrate experience in new construction, AT/FP requirements, and airfield pavements. Three of the projects must be Design-bid-build. The construction project examples MUST have a construction value greater than $40,000,000 and have occurred on a military installation (Army, Navy, Air Force, Marine Corps) within the continental United States. The projects should be similar in nature to what is described above in the Project Scope. The 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) should be included for each project. Responses should be submitted to Tiffany Chang, Contract Specialist, by email at Tiffany.Chang@usace.army.mil. Responses are due no later than September 3, 2025. 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/9b1e5ab1844044e1a09a7db091f8d477/view)
 
Place of Performance
Address: Tucson, AZ, USA
Country: USA
 
Record
SN07557796-F 20250821/250819230054 (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.