FY25 KC-46A 1-Bay Corrosion Control Hangar
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)
- Original Published Date: Apr 13, 2022 01:00 pm CDT
- Original Response Date: May 16, 2022 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- 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: Oklahoma City , OKUSA
Description
SOURCES SOUGHT SYNOPSIS
For
FY25 KC-46A 1-Bay Corrosion Control Hangar, Tulsa District
This is a SOURCES SOUGHT announcement; a market survey 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 be notified of the results of the evaluation upon request.
The U.S. Army Corps of Engineers – Tulsa District has been tasked to solicit for and award a FY25 KC-46A 1-Bay Corrosion Control Hangar. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using “Tradeoff”. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), 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, WOSB businesses are highly encouraged to participate.
The Government project consists of construction of; a high bay depot corrosion control hangar containing one dock and all associated back shop, administrative and facility support spaces. Includes clearing and grading site, storm drainage, aircraft parking and movement area, utility infrastructure systems, electrical, water, sewer, communications, and all other supporting facilities. Overhead cranes and fall protection will be integrated into this facility. The exterior facility envelope will be metal panels on girts with brick wainscot and large sliding hangar doors.
In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: $100M-$250M
The North American Industry Classification System code for this procurement is 236220 Commercial and Institutional Building Construction which has a small business size standard of $39.5M.
Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.
Prior Government contract work is not required for submitting a response to this sources 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 on or about February 2023, and the estimated proposal due date will be on or about July 2023. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities beta.sam.gov, 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 the solicitation when it is issued.
3. Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years):
Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.
4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable
7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company
Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 16 May 2022. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to shawn.brady@usace.army.mil.
U.S. Army Corps of Engineers, Tulsa District
Attention: Shawn Brady
2488 E. 81st Street
Tulsa, Oklahoma 74137-4290
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 2488 E 81ST STREET
- TULSA , OK 74137-4290
- USA
Primary Point of Contact
- shawn brady
- shawn.brady@usace.army.mil
- Phone Number 9186694984
Secondary Point of Contact
- Julie S. Hill, Contracting Officer
- julie.s.hill@usace.army.mil
- Phone Number 9186697699
History
- May 31, 2022 10:55 pm CDTSources Sought (Original)