B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX
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 (Updated)
- Updated Published Date: Nov 20, 2024 10:50 am CST
- Original Published Date: Jun 21, 2024 03:20 pm CDT
- Updated Response Date: Dec 28, 2025 02:00 pm CST
- Original Response Date: Oct 28, 2024 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jan 12, 2026
- Original Inactive Date: Nov 12, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1NA - CONSTRUCTION OF FUEL SUPPLY FACILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Dyess AFB , TX 79607USA
Description
Please note this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award.
This announcement is a competitive, firm-fixed price, Small Business Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process.
The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45.0 Million.
The Product Service Code is Y1NA - Construction of Fuel Supply Facilities.
The solication is anticipated to be issued on or about September 2024 and proposals due on or about
October 2024.
The estimated duration of the project is 549 calendar days from the notice to proceed.
In accordance with DFARS Part 236, the construction magnitude is between $25,000,000 - $100,000,000.
PROJECT SCOPE:
Construct a new refueler truck yard for the 7th Logistics & Readiness Squadron Fuels flight at Dyess Air Force Base. Construction includes a refueler truck parking area with 9 inch reinforced concrete pavement, secondary containment, area lighting & pavement markings. Construct covered vehicle parking canopies within the refueler truck parking area with metal superstructure, standing
seam metal roof & lighting. Construct secondary containment for R-11 refueler trucks consisting of trench drains, drain lines &
a concrete containment basin. Construct a covered equipment storage building adjacent to the refueler truck parking area with concrete foundation, metal superstructure, metal roofing, metal wall covering & lighting. This storage building will not require plumbing, heating or cooling. Site improvements include a contractor controlled access & lay down area with gate to support
construction activities for multiple projects. Supporting facilities to include all utilities, site improvements, stormwater drainage, access roadways, perimeter fencing, special foundations due to local expansive soils & other necessary work to support a complete & usable facility. Construct a new Logistics & Readiness Fuels Flight administrative & laboratory facility for the 7th Logistics & Readiness Squadron (LRS) at Dyess Air Force Base (DAFB) consisting of administrative space, command space, laboratory space, physical control capability & proximity to the refueler truck yard. Construction includes a single-story facility with reinforced concrete drilled pier foundation, load bearing masonry walls, prefinished metal wall panels, standing seam metal roof on light gauge steel framing & interior finishes. The facility also includes laboratory fixtures including grounding rails, sinks, cabinetry, water filtration, vented enclosure, dedicated heating & air conditioning, drainage, base wide fuel system control interface, electrical, secure communications, a backup generator per Air Force Instruction 32-1062, mass notification system, fire suppression & alarm system. Supporting facilities include all utilities, detention pond for storm drainage, site improvements, pavements, communications infrastructure, special foundation due to local expansive soil, site demolition & other supporting work necessary to make a complete & usable facility. Storm drainage includes an area for temporary water retention. The existing fuels administration laboratory facility, B4111, will be demolished by a separate project in the following fiscal year. The project must be compatible with applicable Department of Defense, Air Force & base design standards. In addition, local materials & construction techniques will be used where cost effective. 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.
To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/.After solicitation issuance, contractors may view and/or download this solicitation and all
amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the
System Award for Management (SAM), to receive a Government contract award.
Pursuit to FAR 36.211(b)(1) and (2), USACE accessible website, Partnering With Us, https://www.usace.army.mil/Business-With-Us/Parterning/ is provided which includes certain information regarding the agency’s definization of equitable adjustments for change orders under construction contracts.
Access: A “SPRS Cyber Vendor User” role is required to enter Basic Assessment information.
Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser)
https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf
This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/
There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site:
https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#s tep
For instructions on how to post an offer, please refer to the Posting Offer demo:
https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf
The Government reserves the right to use only the Internet as notification of any amendments to
this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/
website solicitation number W9126G24R0001.
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
- Stella Morales
- stella.i.morales@usace.army.mil
- Phone Number 8178861074
Secondary Point of Contact
- Nicholas Johnston
- nicholas.i.johnston@usace.army.mil
- Phone Number 8178861006
History
- Nov 20, 2024 10:50 am CSTPresolicitation (Updated)
- Nov 12, 2024 10:55 pm CSTPresolicitation (Original)