FY25 F35 Mission Planning Facility

Agency: DEPT OF DEFENSE
State: Arkansas
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 27, 2024
Due: Apr 10, 2024
Solicitation No: FY25-F35-MPF-Sources-Sought-01
Publication URL: To access bid details, please log in.
Follow
FY25 F35 Mission Planning Facility
Active
Contract Opportunity
Notice ID
FY25-F35-MPF-Sources-Sought-01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 27, 2024 02:22 pm CDT
  • Original Response Date: Apr 10, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: Y1AB - CONSTRUCTION OF CONFERENCE SPACE AND FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Smith , AR 72901
    USA
Description

This is a SOURCES SOUGHT for market research purposes 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 not be notified of the results of the evaluation.



The U.S. Army Corps of Engineers – Fort Worth District, is considering the construction of a Squadron Operations Mission Planning Facility (MPF) at Ebbing Air National Guard Base (ANGB) in Fort Smith, Arkansas. The construction method will be Design-Bid-Build (DBB), firm-fixed price.



The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of all members of industry, to include the Small and Large Business Community. Small Businesses include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) and Service-Disabled Veteran- Owned Small Business (SDVOSB).



All are highly encouraged to respond to ensure there is adequate competition.



Project Scope:



Construct an approximately 15,500 GSF Squadron Operations Mission Planning Facility (MPF) for the F-35 Foreign Military Sales (FMS) program supporting multiple countries simultaneously at Ebbing ANGB in Fort Smith, Arkansas. The facility is a combined aircrew flight equipment storage and maintenance, step desk, and controlled workspace for Intelligence Community Directive (ICD) 705 Physical Security Construction Requirements for Special Access Program (SAP) compliant secure flight planning.



In accordance with DFARS Part 236, the Magnitude of construction: $25,000,000 to $100,000,000; The Estimated duration of the project is 700 – 1,000 calendar days.



The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 Million, with the product and Service Code Y1AB, Construction of Conference Space and Facilities.



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.



Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan to be eligible for award.



Prior Government contract work is not required for submitting a response under this source sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.



Anticipated solicitation issuance date is in or about January 2025, and the planned proposal period is 60 calendar days. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and inviting firms to register electronically to receive a copy of the solicitation if/when it is issued.



Firms responding to this Sources Sought shall answers the 8 questions below. If answer is Not Applicable, type in the letters NA.



1. Firm's name, address, point of contact, phone number, E-MAIL address, and UEI Number.



2. Firm's interest in proposing on the solicitation.



3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB.



4. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information, if applicable.



5. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars).



6. Firm’s capability to perform a contract that has a similar magnitude and complexity, including construction of ICD 705 compliant facilities and TEMPEST construction, by providing a brief description of at least three projects including customers and phone numbers, contract numbers (if applicable), facility size and dollar values of the projects.



This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment (PIEE) and Offerors must be active in System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR 52.204-26. Proposals cannot be submitted via PIEE (or accepted by alternate means) until the SAM registration is complete.



NIST GUIDANCE: Please NOTE this solicitation will require offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to award of this solicitation.



SPRS is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1)), DFARS 204.7304(e), DFARS 252.204-7020) and (DoDI 5000.79). This requirement became effective 23 March 2023.



Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Time), 10 April 2024. Email your response to Contract Specialist, Joseph Spear at EMAIL joseph.g.spear@usace.army.mil with a courtesy copy to the Contracting Officer, Terry Hardin at EMAIL terry.hardin@usace.army.mil.



EMAIL is the ONLY METHOD to submit your answers to this sources sought.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 27, 2024 02:22 pm CDTSpecial Notice (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

...ADVERTISEMENT FOR BIDS Separate sealed bids for the CONSTRUCTION OF CLOVERDALE DITCH IMPROVEMENTS..., ...

Arkansas Democrat-Gazette

Bid Due: 5/02/2024

...and Construction Management Solution) Issue Date & Time 4/4/2024 12:00:02 AM (CT) Close ...

Pulaski County

Bid Due: 5/08/2024

...NOTICE TO BIDDERS The City of Magnolia will receive sealed bids for the ...

Arkansas Democrat-Gazette

Bid Due: 5/08/2024

...Project and Construction Management Solution) Issue Date & Time 4/4/2024 12:00:02 AM (CT) ...

Pulaski County

Bid Due: 5/08/2024

* 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.