Agency: | |
---|---|
State: | South Dakota |
Type of Government: | Federal |
Category: |
|
Posted: | Nov 28, 2023 |
Due: | Dec 28, 2023 |
Publication URL: | To access bid details, please log in. |
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).
Sources Sought Notice Identification Number: W9128F24SM010
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. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) AT LEAST WITHIN THE ESTIMATED MAGNITUDE OF CONSTRUCTION. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.
Responses are to be sent via email to michele.a.renkema@usace.army.mil and courtesy copy jeffrey.w.wyant@usace.army.mil no later than 2:00 p.m. CST, 28 December 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.
Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M.
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).
B-21: East Alert Apron, Ellsworth Air Force Base (EAFB), South Dakota (SD).
This project will provide four (4) new pre-engineered metal Environmental Protection Shelters (EPS), approximately 20,000 SF each. EPS’s are sized to fit the B-2A “Spirit” aircraft with space to perform general aircraft maintenance. The project also includes associated airfield and ground support equipment (GSE) paving. Supporting facilities include two (2) maintenance kiosks, approximately 160 SF each, providing electrical and communication infrastructure to the EPS’s. Additional site features include blast deflectors, PL-3 boundary fencing and lighting, and an entry control point (ECP). This project will include a space or spaces constructed to AFI 16-1404 requirements.
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. Each 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: The project will be constructed on / near the existing Alert Apron at EAFB. As such, the project will be constructed adjacent to – and may be required to integrate with active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials contaminated apron and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13.
Project Period of Performance: 800 calendar days from construction 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 as described above. Narratives shall be no longer than 12 pages. Email responses are required.
Please include the following information in your response/narrative:
Details on similar projects with scope and complexity should identify experience with the following within the past 10 years.
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) AT LEAST WITHIN THE ESTIMATED MAGNITUDE OF CONSTRUCTION.
ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE SECOND QUARTER OF FISCAL YEAR 2025 (FY25).
Telephone inquiries will NOT be accepted.
With GovernmentContracts, you can:
...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