B-21 Phase Maintenance Hangar, Ellsworth AFB
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Aug 18, 2022 12:50 pm CDT
- Original Published Date: Aug 18, 2022 12:21 pm CDT
- Updated Response Date: Sep 14, 2022 12:02 pm CDT
- Original Response Date: Sep 14, 2022 12:02 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Ellsworth AFB , SDUSA
Description
Sources Sought Notice Identification Number: W9128F22SM042
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $100M. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.
Responses are to be sent via email to Scott Dwyer at Scott.Dwyer@usace.army.mil and courtesy copy Glenda Canty at Glenda.A.Canty@usace.army.mil not later than 2:00 p.m. CST 14 September 2022. Please include the Sources Sought Notice Identification Number in the Subject line of any email submission.
Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $100M and $250M. The magnitude of construction for this project is projected to be between $125M-$150M.
PROJECT Location and Description:
This upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP).
B-21 Phase Maintenance Hangar (Phase Hangar), Ellsworth Air Force Base (EAFB), South Dakota (SD).
This is one of several major construction projects that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will provide a new +/- 73,000 SF two-bay hangar facility and associated airfield apron, site features, utilities, and infrastructure for maintenance of the emerging B-21 airframe. The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems.
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: The project will be constructed near Row 60 of flightline facilities at EAFB. As such, the project will be constructed adjacent to – and is required to integrate with – active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials contaminated hangars, apron, and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13.
Facility functional areas include on (1) hangar bay sized to fit B-2A “Spirit” aircraft with space and configuration to accommodate radio frequency testing on the aircraft.
Administrative and support functions are located to the side and behind the hangar bay. The facility contains multiple secure spaces to be designed and constructed to ICD/ICS 705 criteria. Special oversight of this project may also be required
Project Period of Performance: 1100 calendar days from construction NTP.
Submission Details:
All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 12 pages. Email responses are required.
Please include the following information in your response/narrative:
- Company name, address, and point of contact, with phone number and email address
- CAGE Code and UEI code
- Business size to include any official teaming arrangements as a partnership or joint venture
- Details of similar projects and state whether you were the Prime or Subcontractor
- Start and end dates of construction work
- Project references (including owner with phone number and email address)
- Project cost, term and complexity of job
- Information on your bonding capability – PROVIDE YOUR SINGLE AND TOTAL BONDING CAPACITY
Details on similar projects with scope and complexity should identify experience with the following within the past 10 years.
- Construction of airfield paving in compliance with UFC 3-260-02 or associated Unified Federal Guide Specifications.
- Construction of facilities to the ICD/ICS 705 standard.
- Construction of aircraft maintenance hangars or large vehicle maintenance facilities.
- Construction of hangar or other facilities that are utilized for radio frequency testing.
- Construction of aircraft hangars per UFC 4-211-01 or ETL 02-15.
- Construction of facilities on a DoD Military Installation.
- Construction of facilities on an active airfield flightline.
Responses will be shared with Government personnel and the project management team on a need-to-know basis, but otherwise will be held in strict confidence.
PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $100M.
ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE SECOND QUARTER OF FISCAL YEAR 2024 (FY24).
Telephone inquiries will NOT be accepted.
Thank you for your assistance in helping complete this market research survey.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
- OMAHA , NE 68102-4901
- USA
Primary Point of Contact
- Scott Dwyer
- Scott.Dwyer@usace.army.mil
Secondary Point of Contact
- Glenda Canty
- glenda.a.canty@usace.army.mil
History
- Dec 02, 2022 10:56 pm CSTSources Sought (Updated)
- Aug 22, 2022 06:12 am CDTSources Sought (Updated)
- Aug 22, 2022 06:12 am CDTSources Sought (Updated)
- Aug 18, 2022 12:50 pm CDTSources Sought (Updated)
- Aug 18, 2022 12:21 pm CDTSources Sought (Original)