Wyoming Bids > Bid Detail

GBSD - MHC, Francis E. Warren AFB, WY.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159708652345167
Posted Date: Oct 21, 2022
Due Date: Nov 17, 2022
Solicitation No: W9128F22SM045
Source: https://sam.gov/opp/e394188afe...
Follow
GBSD - MHC, Francis E. Warren AFB, WY.
Active
Contract Opportunity
Notice ID
W9128F22SM045
Related Notice
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 21, 2022 03:23 pm CDT
  • Original Published Date: Sep 27, 2022 03:22 pm CDT
  • Updated Response Date: Nov 17, 2022 02:00 pm CST
  • Original Response Date: Oct 27, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive 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
    USA
Description View Changes

This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.



The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.



Responses are to be sent via email to gloria.garside@usace.army.mil no later than 2:00 p.m. CST, 17 November 2022. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.



Project Description:

This is a fully designed project. The construction acquisition method is design-bid-build.



Construct two (2) large structures, one (1) housing the Missile Handling Facility and a second combining the Transporter Storage Facility and Missile Handling Administrative Facility for the Ground Based Strategic Deterrent Intercontinental Ballistic Missile mission at F.E. Warren Air Force Base. The Missile Handling Facility will contain three (3) missile bays and a staging area. The missile bays and staging area are situated on an elevated concrete platform. The Transporter Storage Facility will contain six (6) transporter storage bays allowing pull through capability. Equipment storage, restroom, and facility support spaces. The Missile Handling Administrative Facility will contain private offices, open work areas, conferences rooms, locker rooms, break rooms, and storage/supply rooms. Portions of these facilities will meet Intelligence Community Directive 705 technical standards, include mitigation measures for direct hostile threats, and emergency power.



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 along with audio/visual, commercial, NIPR, and SIPR communications. The purpose of the Missile Handling Facility is to facilitate the loading and unloading of the GBSD sized boosters onto elevated rails. The facility must be built and outfitted with new weapon system components (by others) prior to supporting the deployment activities. The purpose of the Transporter Storage Facility is to allow special purpose vehicles to be mission ready and protected from the harsh climate of the northern tier base. The new missiles will arrive by special contractor vehicles, await transfer to transport erectors which will install each ICBM booster into a modernized Launch Facility located in the missile complex. The Missile Handling Administrative Facility will support personnel and house field supplies and equipment otherwise taking valuable space in the other facilities and vehicles in the Complex area.



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.



Submission Details:



All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.





Please include the following information in your response/narrative:




  • Company name, address, and point of contact, with their phone number and email address

  • Company CAGE code and UEI code.

  • Business size to include any official teaming arrangements as a partnership or joint venture

  • Details of similar projects within the previous 5 years and state whether you were the Prime or Subcontractor

  • Describe how the above work is similar to this requirement

  • Were the similar projects identified above completed on time and within budget

  • Project references (including owner with phone number and email address)

  • Project cost, term, and complexity of job

  • Information on your bonding capability – PROVIDE YOUR SINGLE & TOTAL BONDING CAPACITY



Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.



The estimated project duration is 720 days.



Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS

236.204, is between $25M and $100M. The magnitude of construction for this specific project is projected to be

between $50M-$90M.



Telephone inquiries will NOT be accepted.



Estimated date of solicitation is March of 2023.



Thank you for your assistance in helping complete this market research survey.




Attachments/Links
Contact Information View Changes
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 >