Renovation, B6626 Corrosion Control Hangar Facility

Agency:
State: Louisiana
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159695309694627
Posted Date: Mar 1, 2024
Due Date: Mar 15, 2024
Source: Members Only
Follow
Renovation, B6626 Corrosion Control Hangar Facility
Active
Contract Opportunity
Notice ID
W9126G24R0137
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 01, 2024 08:38 am CST
  • Original Published Date: Mar 01, 2024 07:32 am CST
  • Updated Response Date: Mar 15, 2024 02:00 pm CDT
  • Original Response Date: Mar 15, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 16, 2024
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Barksdale AFB , LA
    USA
Description

THIS IS A SOURCES SOUGHT SYNOPSIS 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 ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.





The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for a construction project for the Renovation of B6626, Corrosion Control Hangar, located in Barksdale Air Force Base, LA. The Government intends to award a firm-fixed price, Design-Bid Build contract, using the Trade-Off process (FAR 15.101-1).





The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include all Small Business Communities: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran- Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.





Project Information: The project includes repair of an existing hangar approximately 42,000 SF with the vision to support limited repair paint and wash rack operations. Contract Work consists of renovation and upgrade of building systems on an active military airfield to meet Air Force standards: Repairs include refurbishing the existing hangar doors, upgrading the HVAC system to include paint and sanding dust mitigation systems as well as creating laminar airflow over the aircraft, replace electrical/Lighting/Communication/Security Systems, Plumbing, roofing, interior and exterior finishes etc. to provide an operational corrosion control facility so that corrosion control activities can commence to support the active bomb wing. Building 6626, which is a Corrosion Control Facility (CCF), must be able to perform all the functions listed in UFC 4-211-02 with the exception of the Dry Media Blast (DMB) De-paint. As part of this project, a mass notification system is to be added. Hazardous material assessment is also included in the project. Mechanical, telecom, and electric systems are included in the design. Soil & UXO remediation within the surrounding area of B6626. The project includes sustainability third-party certification.





In accordance with DFARS, Part 236.204, Disclosure of the Magnitude of Construction projects, price range is between $25,000,000.00 - $100,000,000.00.





The estimated duration of the project is 550 days after issuance of the Notice to Proceed.





The applicable North American Industrial Classification System code is 236220-Commercial and Institutional Building Construction, size standard of $45.0 Million.





The Product Service Code is Z2BZ – Repair or Alteration of Other Airfield Structures.





Small Businesses are reminded that FAR clause FAR 52.219-14 – Limitations on Subcontracting will be applicable to this contract if it is determined this procurement will be a small business set-aside.





Anticipated solicitation issuance date is on or about 09 July 2024, and estimated proposals will be due on or about 08 August 2024. 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.





Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:




  1. Firm's name, address, point of contact, phone number, and e-mail address.

  2. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued.

  3. Firm's capability to perform a contract of the same/similar magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past six years. Incorporate a brief description of the project, customer's name, timeline of performance, and dollar value of the project - provide at least three examples. At least one example shall contain similar features of work such as large specialized hangar doors, 200,000 CFM or lager Air Handling Units, Aircraft Corrosion Control Facilities, or construction in a high security active military airfield may be rated more relevant.

  4. Firm's Size: Small business category and business size, (SB, 8A, HUBZone, SDVOSB, and WOSB)

  5. Firm's Joint Venture information if applicable - existing and potential.

  6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).





Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST, Friday, 15 March 2024 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Mrs. Christine Noriega at christine.noriega@usace.army.mil and Mr. Terry Hardin at terry.hardin@usace.army.mil.


Attachments/Links
Contact Information View Changes
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

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 >