USACE SPK Design Build (DB) Construction - F-35/T-7A DMC Maintenance Hangar, Hill Air Force Base, Utah

Agency:
State: Utah
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Jan 10, 2024
Due: Feb 12, 2024
Publication URL: To access bid details, please log in.
Follow
USACE SPK Design Build (DB) Construction - F-35/T-7A DMC Maintenance Hangar, Hill Air Force Base, Utah
Active
Contract Opportunity
Notice ID
W9123824S0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SACRAMENTO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 10, 2024 02:15 pm MST
  • Original Response Date: Feb 12, 2024 10:00 am MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources.



GENERAL SCOPE:



The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to construct a two-story hangar maintenance facility (approximately 301,798 square feet (SF)) for the new T-7 advanced pilot trainer campus. The intent is for a two-hundred-fifty (250) person maintenance crew to support maintenance functions for a 351 aircraft program with an Aircraft Initial Operating Capability.



The hangar maintenance facility will be located south of the existing F-22 facilities on the east side of the base adjacent to Foulois Road located at HAFB, UT. Major functional components for the maintenance facility include sixteen (16) maintenance docks, engine storage and repair, equipment storage, blast booths and blast prep areas, paint booths and paint prep areas, an air filtration system, a fuel dock, pre-flight testing; harness, fabrication cell, hydraulics, machine, parts, stencil, and transportation shops, life support; material inventory control, hazardous waste storage, a software integration lab, showers and locker rooms, administrative office space, including a shipping and receiving dock. The project will include utilities, pavements, parking site preparation and site improvements.



The facility will be designed as permanent construction in accordance with (IAW) the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. The design shall conform to criteria established in the Air Force (AF) Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no AF standard facility design for this project, and there is no applicable standard design from USACE. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project IAW Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems and renewable energy generating systems, whenever life-cycle cost-effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. The facility is sited IAW with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain.



The potential requirement may result in a solicitation issued approximately May 2024.



If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price (FFP) contract by approximately February 2025. It is estimated that construction of the potential requirement can be completed within one-thousand-fifty (1,050) calendar days.



IAW Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(iii), the Government currently estimates the magnitude of construction for this project to be between $200,000,000 and $250,000,000.



The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210 - Industrial Building Construction. The small business size standard for this NAICS is $45,000,000.00 annual revenue. The Product Service Code (PSC) for the potential requirement is anticipated to be Y1EB, Construction of Maintenance Buildings.



If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.



Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.



CAPABILITY STATEMENT:



Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10.



Please provide the following information:




  1. Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact, phone number, and e-mail address.


  2. Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.).


  3. Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)).


  4. Bonding capability (in the form of a Surety letter).



Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above.



Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received.



Please provide responses and/or questions by e-mail to the Contract Specialist, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000 / 10:00 AM (MST) Monday, 12 February 2024.



Please include the Sources Sought Notice number, ‘W9123824S0012’ in the subject line.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 10, 2024 02:15 pm MSTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) ...

Federal Agency

Bid Due: 11/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.