B-21 Renovate Dock 81, Ellsworth Air Force Base (EAFB), South Dakota (SD).

Agency: DEPT OF DEFENSE
State: South Dakota
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159450112884504
Posted Date: Apr 4, 2024
Due Date: Apr 30, 2024
Solicitation No: W9128F24R0032
Source: Members Only
Follow
B-21 Renovate Dock 81, Ellsworth Air Force Base (EAFB), South Dakota (SD).
Active
Contract Opportunity
Notice ID
W9128F24R0032
Related Notice
W9128F24SM006
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 02:38 pm EDT
  • Original Response Date: Apr 30, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

Pre-Solicitation for W9128F24R0032





On or about 30 April 2024, this office will issue Request for Proposal (RFP) for B-21 Renovate Dock 81, Ellsworth Air Force Base (EAFB), South Dakota (SD). The solicitation will close on or about 21 June 2024.





This solicitation is Unrestricted. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer.





Provisions in the solicitation documents will provide a site visit date and detailed information (meeting place, time, points of contact, and access requirements).





DO NOT submit requests for plans and specifications to the site visit personnel. See ‘Obtaining Solicitation Documents’ below.





Project Description (approx. quantities):





Construct a single-bay fuel system maintenance dock (hangar). Project includes renovating approximately 26,000 SF, Fuels Maintenance Facility with a single aircraft measurement bay and all associated back shop, administrative and facility support spaces. This project will include a space or spaces constructed to secure area standard Intelligence Community directive /Intelligence Community Standard 705 (ICD/ICS 705) and AFI 16-1404. This includes, but is not limited to project site security, access control, escorting, phasing, free zone, and perimeter requirements.





This is one of several major renovation projects that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will renovate approximately +/- 26,000 SF of an existing general maintenance hangar to a fuel systems maintenance dock hangar. Functional areas consist of a fuel cell bay to fit one aircraft. Modifications at the exterior include providing accessible entrance, a connection corridor to an adjacent hangar. Conventional construction demolition and new construction will be employed for this project. This anticipates that the utilities, site, and building parameters remain un-affected.





The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), airfield pavement replacement (in-kind), and closed-circuit television (CCTV) systems, procurement and installation of shop air compressors, temporary government trailers, and a five-part fuel resistive epoxy flooring.





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 facility must 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 include demolition of existing facilities and infrastructure – to include hazardous materials and soils may be required.





The facility contains multiple secure spaces to be designed and constructed. Special oversight of this project may also be required.





Project Period of Performance: 730 calendar days from construction NTP





Provisions will be included for Liquidated Damages. Performance and Payment Bonds will be required.





The above project description is for information only. Project scope of work is subject to change.





RFP Evaluation Criteria:





Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Key Personnel, Past Performance, and Project Management Plan). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value selection will be considered after reviewing price and technical factors.





The estimated construction cost of this project is between $25,000,000 and $100,000,000.





THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) WILL BE USED TO DISTRIBUTE CONTRACT DOCUMENTS. REGISTRATION INSTRUCTIONS TO PIEE ARE SHOWN BELOW.





Point of Contact: All questions shall be submitted on ProjNet (ProjNet access, and additional guidance, will be given at time of solicitation issuance)





Bidders (Offerors)



Registration instructions are as follows:





Every Vendor must register in the Procurement Integrated Enterprise Environment for the specific applications they wish to use. During registration, offerors will need to register for the solicitation module with the relevant role (Proposal Manager).





To use an application in the Procurement Integrated Enterprise Environment system, you must establish a personal account in the system.





This account is activated by your Government Administrator or the Procurement Integrated Enterprise Environment Customer Support Center.





You will need to take several steps to establish your personal account:





On the PIEE Home Page, click the Help/Training button in the upper right-hand corner for steps needed to complete before registering.





Complete your Vendor activation requirements (See Vendors Getting Started Section on the Help/Training page).





1. Set up your PC to use the applications (See Machine Setup Link on the Help/Training page).



2. Self-register as "Vendor" or your Contractor role for your CAGE codes (See the demo below for help with Self Registration).



3. Have your GAM activate your account.



4. Additional registration instruction and step-by-step walkthrough can be found at:



https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml



UPLOADING PROPOSAL TO PIEE:



Detailed instruction on the uploading of proposals can be found at:





https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml



PIEE Web based training: https://pieetraining.eb.mil/wbt/





Please direct procurement questions to the Contracting Specialist, Nancy Garside via email at



gloria.garside@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email.





PHONE CALLS WILL NOT BE ACCEPTED. DATES ARE ESTIMATES AND SUBJECT TO CHANGE.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • 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 >