Utah Bids > Bid Detail

USACE SPK DB Construction – F35 Composite Repair & Training Facility Repairs – Hill AFB, UT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159709845357639
Posted Date: Feb 24, 2023
Due Date: Mar 27, 2023
Solicitation No: W9123823S0027
Source: https://sam.gov/opp/712e587336...
Follow
USACE SPK DB Construction – F35 Composite Repair & Training Facility Repairs – Hill AFB, UT
Active
Contract Opportunity
Notice ID
W9123823S0027
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 24, 2023 08:12 am MST
  • Original Response Date: Mar 27, 2023 10:00 am MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

The scope of work for this project is to design and construct a medium bay F-35 training facility for personnel assigned to repair composite components for F-35 fighter aircraft. There will also be an attached, medium-bay industrial facility to perform the composite repairs at Hill AFB, Utah. The scope of the repair area includes a covered loading dock, clean rooms, cryogenic tanks, walk-in freezer, overhead cranes, offices, break areas, restrooms, and conference rooms. The training area will be operationally separated from the repair area. The requirements of the training area include clean rooms, sanding areas, autoclave areas, virtual spray booth rooms, spray paint booths, soldering labs, classrooms, testing center, administration area, conference rooms, instructor's offices, and a common area including restrooms and a break room.



The Contractor shall provide all labor, equipment, transportation, material along with supervision to perform the design and construction of the complete operational facilities. Design and construction shall include all civil, paving, architectural, geotechnical, structural, utilities, landscaping, security, mechanical, electrical, demolition, and communications work to support the necessary construction.



This is a design-build contract therefore the Contractor is required to perform design work prior to construction. The Contractor is responsible and liable for the complete design and shall not assume that the provided design criteria and drawings in this solicitation will alleviate him/her from performing any additional design as required to produce a complete set of construction documents.



The potential requirement may result in a solicitation issued approximately August 2023.



If solicited, the Government intends to award the contemplated requirement as a firm-fixed-priced contract by approximately June 2024. It is estimated that construction of the potential requirement can be completed within 33+ months (1014 Calendar days).



In accordance with Defense Federal Acquisition Regulation (DFAR) 236.204(iii) the Government currently estimates the magnitude of construction for this project to be Between $100,000,000 and $250,000,000.



The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210, Industrial Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product and Service Code (PSC) for the potential requirement is anticipated to be Y1AZ, Construction of Other Administrative Facilities and Service Buildings.



If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.



Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.





CAPABILITY STATEMENT:



Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10.





Please provide the following information:





1) Company name, Employer Identification Number (EIN; previously DUNS #), address, point of contact, phone number, and e-mail address.





2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.).





3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)).





4) Bonding capability (in the form of a Surety letter).





Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above.



Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only.



Respondents will not be notified of the results of any review conducted or the capability statements received.



Please provide responses and/or questions by e-mail to the Contract Specialist, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000/10:00 am (MST) Monday, 27 March 2023.



Please include the Sources Sought Notice number, ‘W9123823S0027’ in the subject line.




Attachments/Links
No attachments or links have been added to this opportunity.
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
  • Feb 24, 2023 08:12 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >