FY26 Mission Planning Facility Dyess AFB

Agency:
State: Texas
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159374555820658
Posted Date: Jan 23, 2024
Due Date: Feb 9, 2024
Source: Members Only
Follow
FY26 Mission Planning Facility Dyess AFB
Active
Contract Opportunity
Notice ID
PANSWD-24-P-001252
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
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 23, 2024 01:50 pm CST
  • Original Response Date: Feb 09, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
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:
    Dyess AFB , TX
    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 has been tasked to solicit for and award a project to construct an approximately 4,377 SM single story Mission Planning Facility for B-21 operations. Construction includes drilled pier concrete foundation, steel frame structure, metal roof, exterior insulating finish system, RF shielding & exterior coating.



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 4,377 SM single story Mission Planning Facility for B-21 operations. Construction includes drilled pier concrete foundation, steel frame structure, metal roof, exterior insulating finish system, RF shielding & exterior coating.



Special foundation is required due to local soils. Utilities include a new water main, sanitary sewer, natural gas, electrical & storm water systems as well as relocation of several large utility mains that lie within the footprint of new construction. Site improvements include earthwork landscaping & exterior lighting. Pavements include parking lots, sidewalks & access ways. Portions of the facility must meet ICD-705 security requirements. This building is authorized a generator in accordance with AFI 32-1062. Selective demolition includes demolition of an existing parking lot as well as several existing utility mains. Communications includes secure & unsecure networks as well as multiple weapons system networks required for this facility to act as an information transfer node for the B-21 campus.



Facilities to be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements.



This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings, and Unified Facility Criteria 4-010-06, Cybersecurity of Facility-Related Control Systems.



In accordance with DFARS Part 236, the Magnitude of construction: $25,000,000 to $100,000,000; The Estimated duration of the project is 720 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 March 2025, and the estimated proposal due date will be in or about June 2025. 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 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. Company’s experience with projects that have a similar scope as described above by providing a brief description of the projects including customer names and phone numbers, contract numbers (if applicable), and dollar values of the projects.



7. Company's capability to perform a contract that has a similar magnitude and complexity by providing a brief description of at least (3) projects including customer names and phone numbers, contract numbers (if applicable) 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), 09 February 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, Linda Eadie at EMAIL linda.d.eadie@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
  • Jan 23, 2024 01:50 pm CSTSources Sought (Original)

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 >