Fort Riley Hangar Construction

Agency: DEPT OF DEFENSE
State: Kansas
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Sep 14, 2023
Due: Sep 27, 2023
Solicitation No: PANNWD23P0000001588
Publication URL: To access bid details, please log in.
Follow
Fort Riley Hangar Construction
Active
Contract Opportunity
Notice ID
PANNWD23P0000001588
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
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: Sep 14, 2023 07:13 am CDT
  • Original Response Date: Sep 27, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Riley , KS
    USA
Description

The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a contract to construct a new Army Attack Aviation Battalion Complex (AABC) helicopter maintenance hangar at Fort Riley, Kansas. The Government proposes to issue a firm fixed price type design-bid-build (DBB) contract award for this project.



THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.



The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of small business firms to perform a firm fixed price DBB construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform.



The project is located at Fort Riley, Kansas. The general scope of the requirements is to construct an Army helicopter maintenance hangar with associated maintenance, administrative and support space complying with Unified Facility Criteria and AABC standard design criteria. The hangar is 119,000 square feet in size. The project includes construction of a fire pump building, hangar access apron, and an aircraft wash apron.



Prior experience requirements are listed below.



ACQUISITION STRATEGY



The Government anticipates a 2-year firm fixed price type contract for this project. The requirement will consist of all aspects of construction of a new AABC hangar. This requirement will include construction scheduling. The anticipated award of this contract will be on or before June 30, 2024.



The magnitude of this project is between $25,000,000 and $100,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Commercial and Institutional Building Construction 236220, with a size standard of $45M.



You are invited to respond to this sources sought notification, with your response to include the following information:



COVER LETTER:




  1. Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission;

  2. Company Website

  3. Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 236220.

  4. If a Small Business, specify if your company is any of the following: (a) Service- Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business.

  5. Assertion of Contractors interest in bidding on the solicitation when it is issued.



SOURCES SOUGHT QUESTIONS:




  1. Prior Experience. Prior experience with construction of an Army AABC helicopter maintenance hangar and ancillary facilities meeting the requirements of the Unified Facility Criteria and AABC standard design. Provide examples with summaries of past performance on a minimum of (3) three contracts within the last (8) eight years by providing the following information:

    1. Dollar amount of the contract;

    2. Size and type of hangar;

    3. Identify the aircraft the hangar was designed to accommodate;

    4. List of the functions in the hangar, for example: number of hangar bays; administrative space; type and span of overhead bridge cranes; maintenance areas (list types, such as blade repair facilities); bird control devices and other details that would aid in determining similarity with this project;

    5. Type of fire protection system (high expansion foam) and if a fire pump building was required;

    6. Type of roof system (heavy built-up long span roof trusses and girders);

    7. Was the project constructed on an operational airfield, identifying any steps taken to segregate project from the airfield, steps taken to eliminate foreign object debris, etc.;

    8. Was a third party sustainability certification achieved and, if so, what kind;

    9. Did the project meet Unified Facility Criteria and/or AABC maintenance hangar criteria;

    10. Name, address, point of contact and phone number of customer organization for which the contract was done.





Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor.




  1. Joint Venture information, if applicable - existing and potential.

  2. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.



The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.



Please respond by September 27, 2023, at 12:00 pm CST, with response limited to nine (9) pages. Send your response to Jeri Halterman via email, jeri.l.halterman@usace.army.mil with a courtesy copy to Brandon Wagner at brandon.c.wagner@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 14, 2023 07:13 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

...Follow Notice of Intent: Design/Build Staging Area Kansas City (ZKC) ARTCC Olathe, KS ...

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/02/2024

* 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.