B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD).

Agency:
State: South Dakota
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Oct 25, 2023
Due: Nov 20, 2023
Publication URL: To access bid details, please log in.
Follow
B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD).
Active
Contract Opportunity
Notice ID
W9128F24SM008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 25, 2023 08:12 am CDT
  • Original Response Date: Nov 20, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

Sources Sought Notice Identification Number: W9128F24SM008





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. The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED BELOW. The responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions for this project.





Responses are to be sent via email to Nancy Garside at Gloria.Garside@usace.army.mil and courtesy copy Shawn Adkins at shawn.a.adkins@usace.army.mil no later than 2:00 p.m. CST, 20 November 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.





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). Estimated of the magnitude of this project is Between $25,000,000 and $100,000,000.





B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD).





Renovate existing building 7274 and construct an addition to building 7274 to support the transition of the facility from a B-1 Squadron Operations/ Aircraft Maintenance Unit facility to a B-21 Squadron Operations/ Aircraft Maintenance Unit facility. Construction includes reinforced concrete foundations and concrete floor slab, structural steel frame with split faced concrete masonry unit facade and a standing seam metal roof to match the current facilities. Project includes communication and fire protection requirements, heating, ventilation, and air conditioning systems, and all other necessary support for a complete a usable facility. The existing road and parking lot on the proposed site will be removed and replaced as needed to provide space for proper siting of the building and new parking. This project also includes all utilities, site improvements, pavements, detection/protection features, security enhancements, and other supporting work necessary to make a complete and usable facility.





The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), temporary Government field office facilities, and closed-circuit television (CCTV) systems.





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. The 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 include demolition of existing facilities and infrastructure – to include hazardous materials and soils may be required.





The facility contains multiple secure spaces to be designed and constructed. Special oversight of this project may also be required.





Special construction and functional requirements:





The project will be constructed near flightline facilities at EAFB. As such, the project may be constructed adjacent to – and may be required to integrate with – active airfield operations. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials soils may be required.





The facility contains secure spaces to be designed and constructed to ICD/ICS 705 and other related criteria. Special oversight of construction of these portions of the project may be required



Project Period of Performance: 800 Calendar Days from construction notice to proceed (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 for each facility as described above. Narratives shall be no longer than 12 pages. E-mail responses are required.





Please include the following information in your response/narrative:




  • Company name, address, and point of contact, with (h)is/her phone number and email address

  • CAGE Code and Unique Entity ID number

  • Statement certifying business size such as WOSB,SDVOSB, etc. to include any official teaming arrangements as a partnership or joint venture

  • Details of similar projects within the last 10 years 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 PERFORMANCE AND PAYMENT BONDS CAPACITIES





Details on similar projects with scope and complexity should identify experience with the following within the past 10 years.






  • Construction of facilities to the ICD/ICS 705 standard.

  • Construction of facilities on a DoD Military Installation.

  • Abatement and/or remediation of asbestos, lead based paint, and/or other hazardous materials commonly found in World War II era buildings that have been in active operations since that time.

  • Secure facilities constructed to AFI 16-1404 requirements.

  • Secure facilities constructed to requirements similar to the oversight and construction requirements defined in the ICD/ICS 705 standard.

  • Facilities constructed with radio frequency (RF) shielding boundaries.

  • Secure construction under continual owner surveillance – similar to requirements often applied to facilities constructed to the ICD/ICS 705 standard.

  • Construction of secure military operations and/or planning facilities – or similar.

  • Construction of military maintenance support facilities – or similar.

  • Construction of secure military administrative facilities – or similar.

  • Construction of military facilities with complex information technology requirements to include sever rooms, multiple communications networks at differing classification levels, and/or simulators.



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) OF AT LEAST $40M.



ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE FIRST QUARTER OF FISCAL YEAR 2025.



Telephone inquiries will NOT be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 25, 2023 08:12 am CDTSources 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

...will be constructed via a design-build contract. The office remodeling will require modifying... ...

ENERGY, DEPARTMENT OF

Bid Due: 5/03/2024

...may range from $2,000.00 to $150,000.00 for construction only efforts (no design-build) on ...

Federal Agency

Bid Due: 2/15/2025

* 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.