Wyoming Bids > Bid Detail

Sources Sought Announcement - GBSD ICC Facility Generator

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159116571985715
Posted Date: Mar 31, 2023
Due Date: Apr 14, 2023
Solicitation No: W9128F23SM010
Source: https://sam.gov/opp/ab3ca09a9a...
Follow
Sources Sought Announcement - GBSD ICC Facility Generator
Active
Contract Opportunity
Notice ID
W9128F23SM010
Related Notice
W9128F23R0022
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 31, 2023 11:35 am CDT
  • Original Response Date: Apr 14, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    FE Warren AFB , WY 82001
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CUMMINS BRAND FACILITY GENERATORS – GBSD INTEGRATED COMMAND CENTER AT F. E. WARREN AFB, WY



INTRODUCTION



The US Army Corps of Engineers, Omaha District is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Facility Generators in the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Command Center at F.E. Warren Air Force Base, Wyoming.



The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the facility generators, or, if justified by market research a brand name Justification and Approval. USACE intends to issue one design-bid-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is expected to range between $100,000,000 and $250,000,000.



This sources sought is specific to the facility generators required for this project.



NOTE: The Air Force has an approved class J&A for Cummins Brand Name Facility Generators. A copy of that class J&A is attached. This is a supplementary market research effort conducted by the Army to support this specific project.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



PROGRAM BACKGROUND



The Integrated Command Center (ICC) is a multi-story facility for the new Ground Based Strategic Deterrent Intercontinental Ballistic Missile mission at F.E. Warren Air Force Base. The majority of the facility will meet Intelligence Community Directive 705 (ICD705) technical standards, include mitigation measures for direct hostile threats, emergency power, High-altitude Electromagnetic Pulse (HEMP), and Chemical, Biological, Radiological (CBR) protection measures.



Project will include all site improvements, utilities, pavements, communications, electrical work, and all associated support facilities to provide a complete and useable facility, to include a duct bank to ITN. This highly secure facility will be used to provide status of launch centers and launch facilities for the tailored leadership picture and direct the day-to-day activities of the Wing Operations, Maintenance, Security Forces and Cybersecurity personnel operating within the missile field. Program software and Key and Code change capability within this facility allows it to be the primary hub to transfer data on network layers with safe, secure operations.



This facility accommodates a crew of 44 personnel as a 24/7 operational facility. In addition to audio/visual, commercial, NIPR, and SIPR communications, there will be a Higher Authority Communication systems and interconnectivity with senior leadership associated with this facility. This project is authorized a generator, per AFI 32-1062. The facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense Antiterrorism/Force Protection requirements per Unified Facilities Criteria 4-010-01.



REQUIRED CAPABILITIES



The Government requires facility generators for this project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in facility generator products that could be applied to meet this requirement. The Government envisions a solution for facility generators that meets the following operational and program requirements: See attached Air Force Class Justification and Approval - Generators



Non-Developmental Item. The facility generators should be a non- developmental item to the maximum extent possible.



Qualification. The facility generator must be qualified and demonstrate compliance to the Cummins brand Facility Generators, and all associated components (Reference Attached Specs), capable of supporting a multi-story facility located at F. E. Warren Air Force Base, WY as described in the program background. Proof of qualification should be addressed in the response.



Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.



SPECIAL REQUIREMENTS



Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.



ELIGIBILITY



The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $45M The Product Service Code (PSC) is Y1JZ.



The applicable NAICS code for facility generators is 33512 – Motor and Generator Manufacturing with a Small Business Size Standard of 1250 employees. The product service code is 6115 – Generators and Generator Sets, Electrical.



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (no more than five 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Scott Dwyer in either Microsoft Word or Portable Document Format (PDF), via email Scott.Dwyer@usace.army.mil no later than 12:00 p.m. Central Time on 14 April 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.



If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >