CMXG B9001 Autoclave - Tinker AFB, OK

Agency:
State: Oklahoma
Type of Government: Federal
Category:
  • S - Utilities and Training Services
  • Y - Construction of Structures and Facilities
Posted: Mar 15, 2024
Due: Apr 1, 2024
Publication URL: To access bid details, please log in.
Follow
CMXG B9001 Autoclave - Tinker AFB, OK
Active
Contract Opportunity
Notice ID
W912BV24X0315
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST TULSA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 15, 2024 08:35 am CDT
  • Original Response Date: Apr 01, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

*****SOURCES SOUGHT For CMXG B9001 Autoclave - Tinker Air Force Base, Oklahoma*****





This is a SOURCES SOUGHT announcement, 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 SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.





The U.S. Army Corps of Engineers – Tulsa District has been tasked to solicit for and award a design-build project located at Tinker Air Force Base, which will provide a new autoclave for aircraft composite repair work to be installed and operated within the dogleg area of Building 9001.





The proposed project will be a firm-fixed price construction contract procured in accordance with FAR 15, Negotiated Procurement. The type of competition and set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.





The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members 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) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.





The Government is seeking qualified, experienced sources capable of performing the following:





The project includes design preparation, demolition, and new construction. Demolition includes metal building skin and framing, existing concrete slab, and concrete grade beam. The new construction will consist of new autoclave equipment, including support equipment (cooling tower, nitrogen tank, and vaporizers), outside equipment canopy, concrete pit, concrete equipment pads, upgrade to electrical infrastructure, nitrogen tanks, site utilities and relocation, structural upgrades, and control room upgrades. The Contractor will be required to procure the autoclave from a pre-selected autoclave supplier and installer. The period of performance for design and construction is anticipated to be approximately 730 calendar days, which includes the anticipated time for design, autoclave fabrication, shipping, setup, and testing.





In accordance with DFARS 236.204, the estimated construction price range for this project is between $10,000,000 and $25,000,000.





The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $45M.





Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting, a Firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded.





Prior government contract work is not required for submitting a response under this sources sought synopsis.





Anticipated solicitation issuance date is on or about 31 May 2024. The official synopsis citing the solicitation number will be issued on Contracting Opportunities (formerly FBO, now at https://sam.gov/) and inviting firms to register electronically to receive a copy of the solicitation when it is issued.





Interested firms’ responses to this synopsis shall be limited to 5 pages and shall include the following information:





1. Firm’s name, address, point of contact, phone number, e-mail address and business CAGE Code.



2. Firm’s interest in bidding on the solicitation when it is issued.



3. Firm’s capability to perform a contract of this magnitude and complexity. Include firm’s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples.



4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB or WOSB.



6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable



7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.





Interested firms shall respond to this sources sought synopsis no later than 2:00 PM CST, 1 April 2024.





All interested firms must be registered in Contracting Opportunities (SAM.gov) to be eligible for award of government contracts. Email your response to MAJ Daniel K. Jernigan, U.S. Army Corps of Engineers, Tulsa District at Daniel.K.Jernigan@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.





EMAIL IS THE PREFERRED METHOD WHEN RESPONDING TO THIS SYNOPSIS.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2024 08:35 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
* 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.