Design Build, GBSD Consolidated Maintenance Facility at Vandenberg SFB, CA

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159054882769078
Posted Date: Nov 8, 2022
Due Date: Jan 19, 2023
Solicitation No: W912PL22R0043
Source: Members Only
Follow
Design Build, GBSD Consolidated Maintenance Facility at Vandenberg SFB, CA
Active
Contract Opportunity
Notice ID
W912PL22R0043
Related Notice
W912PL22R0043
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 08, 2022 07:22 am PST
  • Original Response Date: Jan 19, 2023 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BF - CONSTRUCTION OF MISSILE SYSTEM FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Lompoc , CA 93437
    USA
Description

Design and Construct a 13,789 square meter (SM) multi-story Consolidated Maintenance Facility for the Ground Based Strategic Deterrent at Vandenberg Air Force Base to support Ground Based Strategic Deterrent Test, Launch Operations, and accommodate a crew of 250 personnel. The primary facility will be used to house the Flight Test Squadron for Ground Based Strategic Deterrent Intercontinental Ballistic Missiles. Project will include Advance Program Office/Security Program Office area that shall meet special access program facility requirements and be large enough to support security personnel & Cyber Information Technology personnel. Advance Program Office/Security Program Office shall consist of offices, one large conference room and two smaller conference rooms. In addition to the offices, laboratories, storage areas, and vehicle storage structures, the project will consist of secure/non-secure internet protocol router communication systems, electrical/mechanical services, and distribution



components/systems, water and sewer, fire protection, lightning protection, security systems, and overhead cranes in the high bays to lift critical hardware and support equipment in and out of Transporter Erectors, Maintenance Vans and other support vehicles. As the facility will be located adjacent to the missile route, all Intercontinental Ballistic Missiles vehicles will be maintained, and stored within this complex. The facility will have secure storage rooms, labs and a codes vault that will be built to Intelligence Community Directive 705 standards. The class "B" codes vault contains a Class "A" vault. Site improvements include clearing, grubbing, grading, demolition, as applicable, paving, walkways, and storm drainage. The Facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01.



In accordance with Defense Federal Acquisition Regulations sub-part 236.204(iii), the estimated magnitude of this project is: Between $100,000,000 and $250,000,000.



The total contract performance period is estimated at 1,150 calendar days.



The solicitation will include the FAR clause at 52.225-11, Buy American-Construction Materials under Trade Agreements, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.



Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a subcontracting plan as part of its proposal package.



Plans and specifications will not be provided in hard paper copy.



When the Solicitation is issued, it will be available through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/



For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. Additional information is available via Web Based Training for the Solicitation Module at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml



The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the documents posted at the referenced website.



All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >