Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOURCES SOUGHT

Y -- SOURCES SOUGHT - GROUND BASED STRATEGIC DETERRENT (GBSD) SENTINEL OPERATIONS GROUP FACILITY (OGF), FEW AFB, WY

Notice Date
7/29/2025 5:31:06 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
W9128F25SM038
 
Response Due
8/29/2025 12:00:00 PM
 
Archive Date
09/13/2025
 
Point of Contact
Ariel Vogan, John Solomon
 
E-Mail Address
ariel.e.vogan@usace.army.mil, john.s.solomon@usace.army.mil
(ariel.e.vogan@usace.army.mil, john.s.solomon@usace.army.mil)
 
Description
Sources Sought Notice Identification Number: W9128F25SM038 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, Northwestern Division, 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) OF AT LEAST $175M. 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 Ariel Vogan at ariel.e.vogan@usace.army.mil and courtesy copy John Solomon at john.s.solomon@usace.army.mil not later than 2:00 PM CDT, 29 August 2025. 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 DFARS 236.204, is between $100M and $250M. This is a military construction (MILCON) project in support of the Sentinel Program located at F.E. Warren (FEW) Air Force Base (AFB), Wyoming (WY). PROJECT NAME, LOCATION AND DESCRIPTION: CONSTRUCTION OF THE GROUND BASED STRATEGIC DETERRENT (GBSD) SENTINEL OPERATIONS GROUP FACILITY (OGF), FEW AFB, WY The 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). The GBSD OGF consists of office and collaboration space for planning and operations, enhances span of control, facilitates interaction, collaboration, and efficiency in conducting day-to-day activities, and contributes to airman retention while demonstrating the nation�s continued commitment to strategic deterrence. Additionally, this facility provides critical secure space conforming to Unified Facilities Criteria (UFC) 4-010-05 and Intelligence Community Directive ICD-705 for specific functions and integrates Missile Alert Facility Field Operations (MAFFO) and Supply. The construction consists of conventional steel reinforced concrete footings, foundation, and floor slabs, with insulated precast concrete walls and insulated roofs for both multi-story planning and operations areas and adjoining ground-level areas for MAFFO, MAF Supply, linen exchange, a mission-specific training kitchen, and enclosed area for receiving and dispatch in support of movements to the dispersed missile field. Additionally, the construction includes facility electrical, mechanical, water, sewer, fire and lighting protection systems, security systems, and Secure Internet Protocol Router/Non-Secure Internet Protocol Router communications systems. Overall site improvements include clearing, grubbing, grading, minor demolition, drainage, utility and communications connections, plus access paving, parking, and walkways as applicable. This facility will be designed as permanent construction in accordance with Department of Defense (DoD) UFC 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The facility will have 2 floors and will be approximately 114,000 square feet. Total allowable square footage for the Operations Group Headquarters shall not exceed 6,359 square meters (68,449 square feet) and the total allowable square footage for the MAFFO / MAFS function shall not exceed 5,467 square meters (58,843 square feet) as defined by UFC 3- 101-01 and its references. This project is anticipated to be subject to Cybersecurity Maturity Model Certification (CMMC), Level 2 pursuant to DFARS Clause 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. Firms will need to ensure they are properly certified. Failure to meet the CMMC, Level 2 will make an offer ineligible for award. Project Period of Performance: 1,095 calendar days from construction Notice to Proceed (NTP). TENTATIVE CONSTRUCTION CONTRACT AWARD ANTICIPATED FOR FISCAL YEAR 2027. Submission Details: All interested, capable, qualified under the North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction, and responsive firms are encouraged to reply to this notice request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of a similar nature as described above. Narratives shall not exceed 12 pages in length. Please submit your responses via email. Please include the following information in your response/narrative: Company name, address, and point of contact, with phone number and email address Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI) 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 Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS (BOTH SINGLE AND AGGREGATE) Briefly describe your firm�s current status regarding the CMMC process. This includes, but is not limited to, whether you are actively working towards certification at a specific level or have already achieved CMMC Certification. If certified, please indicate the achieved level. Details on similar projects with scope and complexity should identify experience with the following within the past 10 years. Construction/renovation of large maintenance and/or industrial facilities. Construction/renovation of facilities requiring escorting when and around secure areas. Construction/renovation of facilities on a DoD Military Installation. Construction/renovation of facilities in a DoD Restricted Area. Construction/renovation of facilities that are partially occupied. Construction/renovation of facilities that require construction phasing in order to facilitate shared occupancy. 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) OF AT LEAST $175M. Telephone inquiries will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0a817b5b7c74c319ebaa2df9cd3d637/view)
 
Place of Performance
Address: FE Warren AFB, WY, USA
Country: USA
 
Record
SN07529062-F 20250731/250729230107 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.