Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

Y -- Sources Sought - ADAL Flight Simulator Facility, Ellsworth AFB, ND

Notice Date
1/13/2021 7:45:34 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F21SM016
 
Response Due
2/12/2021 12:00:00 PM
 
Archive Date
02/27/2021
 
Point of Contact
Donna R. Larson, William Rawe
 
E-Mail Address
donna.r.larson@usace.army.mil, william.t.rawe@usace.army.mil
(donna.r.larson@usace.army.mil, william.t.rawe@usace.army.mil)
 
Description
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 magnitude of construction, as prescribed in DFARS 236.204, is between $10M and $25M. 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. �The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED BELOW. �The Government will use the responses to this sources sought announcement to make appropriate acquisition decisions for this project. Responses are to be sent via email to Donna.R.Larson@usace.army.mil and courtesy copy William.T.Rawe@usace.army.mil no later than 2:00 p.m. CST, 12 February 2021.� Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. PROJECT DESCRIPTION: � This project 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). �Estimate of the magnitude of this project is between $15M and $30M. This project will construct an addition to the existing B-1B simulator facility to support a variety of B-21 training activities at Ellsworth Air Force Base (EAFB), SD. This project will provide +/- 30,300 SF of secure training space in support of B-21 operations at EAFB. The project will include associated paving, site features, utilities, and infrastructure for simulators and training in support of the emerging B-21 airframe. The project may also include bid options for furniture, furnishing and equipment (FF&E), intrusion detection systems (IDS), access control systems (ACS), uninterrupted power supply (UPS), and closed-circuit television (CCTV) systems. 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. The facilities should 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 near flightline facilities at EAFB. As such, the project may be constructed adjacent to � and may be required to integrate with � active airfield operations. Demolition of existing facilities, utilities, and infrastructure � to include hazardous materials soils may be required. Large portions of the facilities to be constructed and accredited to ICD/ICS 705 criteria. Special oversight of these spaces may be required during construction. 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 10 pages. Email responses are required. Please include the following information in your response/narrative: - Company name, address, and point of contact, with (h)er/is phone number and email address - CAGE Code and DUNS number - Business size to include any official teaming arrangements as a partnership or joint venture - Details of similar projects and state whether you were the Prime or Subcontractor - Start and end dates of construction work - Project references (including owner with phone number and email address) - Project cost, term and complexity of job - Please indicate if your firm has experience with the following (yes or no answer is acceptable): ����������� - In the past 10 years, has your firm constructed facilities to the ICD/ICS 705 standard? - 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? - In the past 10 years, has your firm had experience with construction of facilities with radio frequency (RF) shielding? - 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? - In the past 10 years, does your firm have experience with construction of secure military training, educational, and/or simulator facilities � or similar? - In the past 10 years, does your firm have experience with construction of secure military administrative facilities � or similar? - 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? - In the past 10 years, has your firm had experience with construction of facilities on a DOD Military Installation? - In the past 10 years, has your firm had experience with construction of facilities on or near an active airfield flightline? - Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS Responses 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) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED ABOVE. ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE SECOND QUARTER OF FISCAL YEAR 2022 (FY22).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc3b90b6c4d641d4af8c444e89539ce7/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN05891658-F 20210115/210113230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.