Skip to main content

An official website of the United States government

You have 2 new alerts

USACE SPK DBB Construction - Project Description – Level I Confinement Facility - Hill AFB, UT

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)
  • Original Published Date: May 19, 2023 12:09 pm PDT
  • Original Response Date: Jun 02, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1FF - CONSTRUCTION OF PENAL FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Hill AFB , UT 84056
    USA

Description

The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of the Level I Confinement Facility at Hill AFB UT.

The project is anticipated to require the contractor to provide a single story, Level I Regional Confinement Facility addition to Building 408, Security Forces Operations Center to accommodate a four-cell requirement in accordance with Air Force Instruction 31-205 Air Force Corrections System. The masonry cavity wall construction with a flat metal roof will include administrative areas, visitation/training room, waiting area, a day room, and outdoor recreation area. The project also will include fire suppression system, all utilities, communications, site improvements, and associated support facilities. The facility will be compatible with applicable Department of Defense, Air Force, and base design standards. In addition, local materials and construction techniques shall be used were cost effective. The facility will be designed as permanent construction in accordance with Unified Facilities Criteria 1-200-01, General Building Requirements. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facilities Criteria 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01.

The Place of Performance is Hill Air Force Base Utah, United States.

In accordance with FAR 36.204(g) the magnitude of construction is estimated to be between $5,000,000 and $10,000,000.

The Government intends to solicit utilizing Lowest Price Technically Acceptable (LPTA) procedures 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 U.S. Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code (PSC) is anticipated to be Y1FF, Construction of Penal Facilities.

The solicitation is anticipated to be issued as an Competitive 8(a) small business set-aside through the Governmentwide Point of Entry (www.SAM.gov) on or about 28 June 2023 with proposals tentatively due 28 July 2023.

Government intends to conduct a site visit at a date/time to be determined (TBD) at Hill Air Force Base, Utah. Site Visit date/time and access requirements will be identified in the solicitation.

Please DO NOT request an updated schedule if the estimated dates are surpassed; the Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored.

Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time.

All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the Procurement Integrated Enterprise Environment (PIEE) website to be able to download solicitation information.

Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.

Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify 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.

See attachments “PIEE Solicitation Module Vendor Access Instructions”, “SOP PIEE Proposal Manager Offeror”, and “SOP PIEE Posting Offer” for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals.

Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through PIEE.  

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.

NO RESPONSE OF ANY KIND IS REQUIRED IN REGARDS TO THIS PRESOLICITATION NOTICE.

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

  • Jun 17, 2023 08:58 pm PDTPresolicitation (Original)