Real Client Success Stories
Real Client Success Stories

Intention

Other
Sources Sought

Seeking

Small Business (SB), HUBZone, Women Owned Small Business (WOSB), 8a Small Business, Service-Disabled Veteran Owned Businesses (SDVOB)

View contractors that may be interested in teaming on the bottom of this opportunity.

Project

March Air Reserve Base Construction Project

Solicitation / Invitation #

W912QR23R0016

Project Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. ***If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.*** The Government is planning to issue a single construction contract solicitation for the construction of a KC-46 Two-Bay Maintenance/Fuel Cell Hangar. Additional components of the project include an addition/alteration to B1244 for FUT & Cargo Pallet Staging and Repair Ramp Mooring Points and Restriping. Construct KC-46 Two-Bay Maintenance/Fuel Cell Hangar: Construct one aircraft hangar (approximately 124,000sf) to simultaneously accommodate one KC-46A aircraft in each bay. Construct reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and other necessary work to make a complete and usable facility. Construction includes personnel support areas and storage areas for hazardous materials, tools, supplies and equipment. Hangar area will provide fire suppression and a fall protection system. Construction will also include, but is not limited to, all associated utilities, site work, communication support, parking areas, secure airfield fencing, exterior lighting, landscaping and ramp pavement transitions. Construction contract will also include the demolition of an existing hangar located on the site. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD’s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Addition/Alteration B1244 for FUT & Cargo Pallet Staging: Renovate the exterior and interior of Building 1244 (approximately 18,000sf) by demolishing and/or installing all necessary walls and reconfiguring the interior layout for personnel spaces such as office space, briefing rooms, classrooms, communication rooms and restrooms/shower facilities. The exiting roof shall be replaced and a new HVAC system shall be connected to all spaces and the fuselage training device. Fire suppression system required for the Fuselage Trainer shall also be installed. Exterior construction will include a covered outdoor storage area to include concrete pavement for loading as well as all associated utilities, site work and communication support. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD’s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Repair Ramp Mooring Points & Restriping: Provide new airfield pavement markings for the North and South Ramps as well as mooring points on the South Ramp. The North Ramp will require approximately 4,100 linear feet of pavement markings. The South Ramp will require approximately 17,800 linear feet of pavement markings as well as retrofitting 32-tie downs with static ground per UFC 3-260-01. Contract duration is estimated at 912 calendar days. The estimated cost range is between $100,000,000 and $250,000,000 in accordance with DFARS 236.204. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by 21 December 2022 by 10:00 AM Eastern Time.

Bid Due Date

12/21/2022

Bid Due Time

10:00 am

Time Zone

(UTC-05:00) Eastern Time (US & Canada)

Prebid Meeting

No / Not Mandatory

Prebid Instructions

Email responses and any questions to levi.r.speth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.

License Requirement(s)

Yes

License Cassifications

Other

Include RFP / Bid Attachment(s)

Requires Bonding
No
Requires Insurance
Yes

Response Format

Responses should include: 1. Identification and verification of the company’s small business status. 2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s). 3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits. 4. Description of Experience – Provide descriptions for your firm’s past experience on up to three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size and scope. * Projects similar in Scope to this project included: Projects considered similar in scope to these projects shall be new construction and/or renovation of large-frame, high-bay aircraft maintenance hangars (such as for C-13, KC-135, KC-46 or DC-10 aircraft) that include new construction and/or renovation of administrative areas (such as office space, briefing rooms, classrooms, communication rooms and restrooms/shower facilities) and associated features such as parking areas, utilities and civil site work. * Projects similar in size to this project include: Projects considered similar in size to this project shall be a minimum of 100,000sf of new construction and/or renovation inclusive of aircraft maintenance hangars and associated administrative spaces. Based on definitions above, for each project submitted include: * Current percentage of construction complete and the date when it was or will be completed. * Scope of the project. * Size of the project * Dollar value of the project. * Type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). Must be at least 15% self-performed. * Identify the number of subcontractors by construction trade used for each project. * Identify whether the project was design-build or design-bid-build * Provide at least one reference from the project sites that were submitted 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.

Submission Instructions

Email responses and any questions to levi.r.speth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.
Company, Agency or Buyer
Department of Defence
Department
DoD
Contact
Levi
Speth
Phone
N/A
Email
levi.r.speth@usace.army.mil
Address
KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
N/A

City

Louisville

State

Kentucky

Zip Code

40202-2230

NAICS Codes Categories (if necessary)

236220

You will need to be a member in order to Team Up for Opportunities