SOURCES SOUGHT
99 -- Weapons Generation Facility-Dyess AFB
- Notice Date
- 9/17/2025 3:13:49 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G26R1APS
- Response Due
- 10/8/2025 2:00:00 PM
- Archive Date
- 10/23/2025
- Point of Contact
- Patricia Dickson, Phone: 8178861095, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
patricia.l.dickson@usace.army.mil, matthew.s.dickson@usace.army.mil
(patricia.l.dickson@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE Construct a Weapons Generation Facility at Dyess Air Force Base, Texas This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). Large Businesses and Small Businesses are highly encouraged to respond to solidify the acquisition strategy. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a firm fixed-price, Design-Bid-Build construction project for construction of a Weapons Generation Facility at Dyess Air Force Base, Texas. The Government is seeking experienced firms for the following scope of work: This project will Construct a Weapons Generation Facility complex including a special weapons maintenance shop, entry control facility, alert fire team facility, generator building, fire pump building & fencing interior to the complex. Buildings to be constructed as hardened facilities within a protective zone. The facility includes consolidated storage, maintenance, inspection, and administrative functions & installation of 6 RTES tower structures (Foundations with utility stub outs, stairs and landings, Precast concrete tower sections to include a special conical top, steel doors, ladder & AP bullet resistant door). Construction also includes fire suppression, pavements, site improvements, standard domestic & fire protection water, electrical, sanitary sewer, & communications systems. Site improvements include earthwork landscaping & exterior lighting, pavements include parking sidewalks & roadways, special foundation structures due to local expansive soils. Six 5-ton overhead bridge cranes will be constructed for maintenance purposes, and five of the six must be nuclear certifiable. A backup generator is authorized in accordance with Air Force Instruction 32-1062 for this facility type. Project will be constructed using best practices from similar Department of Defense facilities currently in design, construction, and use. Facilities to 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 Facility Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings, Unified Facility Criteria 4-010-06, Cybersecurity of Facility-Related Control Systems, Unified Facility Criteria 4-010-05 SCIP/SAPF Planning, Design, and Construction, Department of the Air Force Manual 91-118, Safety Design Criteria for Nuclear Weapons Systems, and Facility Criteria 4-420-07, Air Force Nuclear Weapons-Capable Maintenance and Storage Facilities. In accordance with DFARS 236, the estimated construction price range for this project is between $250,000,000 and $500,000,000. Estimated duration of the project is 42 months. NOTE: The project duration in the actual solicitation could be increased or decreased. The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000. Should this action be solicited as Full and Open Competition, a Small Business Participation Commitment Document will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance is September 2027, and the estimated proposal due date will be November 2027. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. Response to this Notice shall be limited to 5-10 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. 2. Firm�s interest in bidding on the solicitation when it is issued. 3. Firm�s experience to perform the magnitude and complexity (weapons facilities, SCIF/SAFP, and/or nuclear construction) outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project � provide at least 3 and no more than 6 examples, if possible. 4. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Will the firm submit a response as a Joint Venture or other arrangement? If YES, provide specific type: Joint Venture, Mentor-Prot�g�, Teaming Arrangement, or Other 6. Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 7. Firm�s capability statement. 8. The magnitude of construction for this project is between $250,000,000 and $500,000,000 and is therefore subject to a Project Labor Agreement (PLA). If the solicitation for this project/contract includes a requirement for PLA, will you prepare and submit an offer or proposal? 9. The Government is seeking feedback from industry to help inform the acquisition strategy for this requirement. Specifically, we request input on the following: a. Appropriate Product Service Code (PSC): Please provide feedback or recommendations on the PSC code that best aligns with the scope of work. b. Subcontracting Goals: The Government intends to propose the following subcontracting goals: Small Business: 30% Women-Owned Small Business: 5% Small Disadvantaged Business: 5% Veteran-Owned Small Business: 5% Service-Disabled Veteran-Owned Small Business: 5% HUBZone Small Business: 3% Please provide feedback on the achievability and appropriateness of these goals. c. Solicitation Method: The Government is considering the use of a bifurcated (staggered) solicitation method in conjunction with a prequalified sources list. The Government anticipates a 60-day Technical proposal period and a 30-day Price proposal period. Please provide recommendations, concerns, or feedback on this approach. d. Schedule Considerations: Please provide feedback on the achievability and appropriateness of the estimated construction duration of 42 months. Are there any local or regional factors, events, or constraints that should be taken into account in developing the project schedule? This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information. Interested Firms shall respond to this Notice no later than 8 October 2025, 4:00 PM (CST). Email your response to Patricia Dickson at patricia.l.dickson@usace.army.mil and Matthew Dickson at Matthew.S.Dickson@usace.army.mil. *EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d314acdc23eb48d98850920005652228/view)
- Place of Performance
- Address: Dyess AFB, TX 79607, USA
- Zip Code: 79607
- Country: USA
- Zip Code: 79607
- Record
- SN07595103-F 20250919/250917230045 (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 |