USACE SPK DB Construction - USFS Airport Hangar Ph2 - Redding, CA

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159853925105282
Posted Date: Apr 11, 2024
Due Date: Apr 25, 2024
Solicitation No: W9123824R0021
Source: Members Only
Follow
USACE SPK DB Construction - USFS Airport Hangar Ph2 - Redding, CA
Active
Contract Opportunity
Notice ID
W9123824R0021
Related Notice
W9123824S0013
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SACRAMENTO
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 10, 2024 04:24 pm PDT
  • Original Response Date: Apr 25, 2024 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    San Diego , CA
    USA
Description

The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for design-build (DB) construction services for the United States Forest Service (USFS) Airport Phase Two (Ph2) construction project in Redding, California (CA).



USACE SPK anticipates the requirement will include DB construction of a new 36,880 gross square foot (GSF) single story storage hangar and demolition of site elements including an existing hangar and pre-engineered “Butler Building” adjacent to the Redding Municipal Airport (between Airport Road and the flight line). The project is anticipated to anticipated to include an optional contract line-item number (CLIN) for construction of a 9,900 GSF two-story administrative facility (design is anticipated to be completed under the base CLIN).



The Government anticipates the project must be designed within the criteria prescribed in Unified Facilities Criteria (UFC) 1-200-01 (Department of Defense Building Code), UFC 3-600-01 (Fire Protection Engineering for Facilities), UFC 4-211-01 (Aircraft Maintenance Hangars), National Fire Protection Agency (NFPA) 409, and operations and maintenance manuals. The Government anticipates the facility will require third party Leadership in Energy and Environmental Design (LEED) Silver Certification.



The Government estimates the anticipated requirement can be designed within three-hundred-sixty-five (365) days and constructed within five-hundred-forty-five (545) calendar days. Construction of the anticipated option requirements is estimated to take one-hundred-eighty (180) calendar days. Respondents are encouraged to provide feedback regarding potential lead times and estimated timelines.



In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the magnitude of construction for the anticipated project is between $25,000,000 and $100,000,000.



The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed price contract.



The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1BZ, Construction of Other Airfield Structures.



The solicitation is anticipated to be issued without set-aside (i.e., unrestricted, full and open competition) through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) in April 2024 with proposals tentatively due in June 2024.



If the Government conducts a pre-proposal conference and/or site visit, the date, time, location, and access requirements will be identified in any forthcoming solicitation.



Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates may be ignored.



A DRAFT copy of the requirement plans and specifications are included as attachments to this Notice. Changes may be made to these documents prior to any subsequent solicitation. Questions related to the draft plans and specifications will NOT be entertained; instructions for submitting questions related to any future solicited plans and specifications will be included in any forthcoming solicitation. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time.



The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.



All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit proposals.



All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines.



It is anticipated Offerors will be required to submit proposals subject to Project Labor Agreement (PLA) requirements that comply with Federal Acquisition Regulation (FAR) 22.504. PLAs in connection with public-sector construction contracts must be structured to allow all Contractors (union and non-union) to participate. Union hiring halls through which applicants must ordinarily pass to obtain work on a particular project must be operated in a manner that does not discriminate based on union membership. Potential Offerors are encouraged to review the requirements of FAR 22.504 and establish compliant PLAs to ensure eligibility for award.



It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). Further, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.



USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.





The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 30, 2024[Presolicitation (Updated)] USACE SPK DB Construction - USFS Airport Hangar Ph2 - Redding, CA

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 >