FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
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 (Original)
- Original Published Date: Sep 16, 2024 11:53 am PDT
- Original Response Date: Oct 14, 2024 01:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 29, 2024
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Malmstrom AFB , MTUSA
Description
Sources Sought Notice
W912DW-24-R-111A
FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.
The US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for an upcoming construction project titled: “FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base (MAFB), Montana.”
The proposed project is planned to be a firm fixed-price, design-bid-build new construction project located in MAFB, Montana. In accordance with DFARS 236.204(i), construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required.The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction and the associated small business size standard is $45,000,000.
This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only.
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE.
The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a) Program Small Business, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 236220-Commerical and Institutional Building Construction with the associated Size Standard of $45 Million, PSC Code Y1JZ, Construction of Miscellaneous Buildings.
Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this sources sought notice. No award will be made from this sources sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government.
SUMMARY DESCRIPTION OF PROPOSED PROJECT:
Construct, for Sentinel construction activities, a concrete, steel, and concrete masonry unit (CMU) large vehicle inspection station (LVIS) that will include circulation roads, vehicle parking areas, inspection station and support building, ballistic-rating over watch tower, gatehouse, canine rest area; equipment storage, driver waiting area; Under Vehicle Surveillance System (UVSS); fencing; and active and passive barriers to include 2 pop-up wedge barriers, site improvements, storm drainage, and fire suppression. A new convoy access road with barriers will be required to replace existing convoy access road. Work will include drilled shaft pile foundations in the range of 20 to 40 feet deep and passive and active vehicle barrier systems included on the DoD Anti Ram Barrier list.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
- SEATTLE , WA 98134-2329
- USA
Primary Point of Contact
- Kyla Couch
- kyla.m.couch@usace.army.mil
- Phone Number 2067643266
Secondary Point of Contact
- Curt Stepp
- curt.stepp@usace.army.mil
- Phone Number 2067646805
History
- Oct 29, 2024 08:55 pm PDTSources Sought (Updated)
- Sep 25, 2024 09:00 am PDTSources Sought (Updated)
- Sep 16, 2024 11:53 am PDTSources Sought (Original)