Aircraft Maintenance Facility Bldg. 649

Agency: DEPT OF DEFENSE
State: North Dakota
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jan 26, 2023
Due: Feb 10, 2023
Solicitation No: W9128F22SM040
Publication URL: To access bid details, please log in.
Follow
Aircraft Maintenance Facility Bldg. 649
Active
Contract Opportunity
Notice ID
W9128F22SM040
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 26, 2023 04:13 pm CST
  • Original Published Date: Jun 29, 2022 02:22 pm CDT
  • Updated Response Date: Feb 10, 2023 02:00 pm CST
  • Original Response Date: Jul 13, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Grand Forks AFB , ND 58204
    USA
Description View Changes

Sources Sought: W9128F22SM040




  1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only.



THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.




  1. Notice Details. The U.S. Army Corps of Engineers (USACE), Omaha District (CENWO), is conducting market research to identify sources (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) OF AT LEAST $25M. The responses to the sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.

  2. Project Scope. Anticipated construction site: Grand Forks, North Dakota.



Renovate existing hangar (Building 649) for use as an interim Aircraft Operations Facility AOF) and long-term Aircraft Maintenance Facility (AMF), Ground Data Terminal (GDT) pads, and rehabilitate existing airfield pavements utilizing conventional design and construction methods to accommodate the Disaster Resiliency Program (DRP) mission sets. The existing hangar Building 649) is a large three bay hangar that will be used as an interim Aircraft Operations Facility AOF) and long-term as an Aircraft Maintenance Facility (AMF). It is comprised of (3) tow in/tow-out aircraft hangar bays with horizontal sliding pocket doors and is constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with CMU exterior and standing seam metal roof system. The AMF will include anti-skid hangar floor coating, installation of an ignitable liquid drainage flooring assembly (ILDFA), aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar. The facilities include the installation of intrusion detection systems and cybersecurity measures for facility-related systems. Airfield pavements in support of the AOF/AMF will be designed “light-load” type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). The GDT equipment pads will be installed and sited to support line of sight operations for certain aircraft. Supporting facilities include the DRP complex primary infrastructure buildout to include the complex-wide site preparations, primary utility mains, water storage, stormwater system, concrete pads with shore power capability for squadron operational equipment placement, and antenna support structures for ground data terminal equipment, and an electrical and communications primary and redundant system network. The project includes all individual building utility service connections, site preparation, apron and taxiway edge lighting, communications, privatized utility connection fees, fire detection and suppression systems, and pavements. The facilities will meet DoD requirements and security protocols for controlled spaces with security sensors and alarms. The DRP complex will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements: Raised flooring as required, and controlled space specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities.



Estimated Construction Cost (ECC): The current ECC is between $25,000,000 and $100,000,000. Ref. FAR 36.204 and DFARS 236.204 Disclosure of Magnitude of Construction Projects.



4. Submission Details. All interested, capable, qualified (under NAICS code 236220 “Commercial and Institutional Building Construction”, related size standard is: $39.5M), and interested 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.



Responses to this Sources Sought notice must be submitted electronically (via email) only, with SUBJECT: Sources Sought – Aircraft Maintenance Facility Bldg. 649, Grand Forks, North Dakota. Please email to Michele Renkema, Contract Specialist, michele.a.renkema@usace.army.mil before 2:00 pm CST, Friday, 10 February 2023.



Responses to this Sources Sought shall be limited to ten (10) pages; front and back cover pages do not count towards page restriction and shall include the following information in your response/narrative:




  1. In the past 10 years, has your firm constructed facilities to the ICD/ICS 705 standard?

  2. In the past 10 years, has your firm had experience with construction within a secure perimeter similar to those often applied to facilities constructed to the ICD/ICS 705 standard?

  3. In the past 10 years, has your firm had experience with construction of facilities with radio frequency (RF) shielding?

  4. In the past 10 years, has your firm had experience with secure construction under continual owner surveillance – similar to requirements often applied to facilities constructed to the ICD/ICS 705 standard?

  5. In the past 10 years, does your firm have experience with construction of secure military hangar/aerospace Maintenance facilities?

  6. In the past 10 years, does your firm have experience with construction of secure military administrative facilities – or similar?

  7. In the past 10 years, does your firm have experience with construction of military facilities with complex information technology requirements to include sever rooms, multiple communications networks at differing classification levels, and/or satellite communications infrastructure?

  8. In the past 10 years, has your firm had experience with construction of facilities on a DOD Military Installation?

  9. In the past 10 years, has your firm had experience with construction of facilities on or near an active airfield flightline?



Comments will be shared with the Government and the project management team, 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 $25M.



Disclaimer and Important Notes.




  1. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to the sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, may be published on www.SAM.gov. However, responses to this notice will not be considered adequate responses to a formal synopsis.

  2. All interested firms must be registered in the System for Award Management (SAM) at



https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.




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
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 Magistrate Judge's Chambers Refresh, Fargo, North Dakota Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/12/2024

View Solicitation Solicitation Number: 108.5-24-001 Type: Request For Proposal Issuing Agency: Secretary of

State Government of North Dakota.

Bid Due: 4/03/2024

View Solicitation Solicitation Number: 325-23-930-091 Type: Request For Proposal Issuing Agency: Human Services,

State Government of North Dakota.

Bid Due: 4/03/2024

Follow Child Development Center Renovation Solicitation Active Contract Opportunity Notice ID FA452824R0001 Related

Federal Agency

Bid Due: 4/01/2024

* 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.