Closed Solicitation · DEPT OF DEFENSE
AI Summary
This sources sought notice is for a project to design and construct an Aircraft Heavy Maintenance Hangar and Logistics Warehouse at Creech AFB, NV. The U.S. Army Corps of Engineers seeks information from interested parties to assess capabilities for this significant construction project, which has an estimated value between $25 million and $100 million.
Description: This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to design and construct an Aircraft Heavy Maintenance Hangar, Logistics Warehouse Facility and airfield pavements at Creech AFB, NV.
Project Scope: Design and construct a 25,300 square foot Aircraft Heavy Maintenance (MX) hanger, a 43,340 square foot Logistics Supply Warehouse and associated infrastructure to support the DRP mission-sets. The Logistics Warehouse is a high-bay facility with shipping and receiving dock and exterior roll-up metal coil doors for the movement of equipment to and from the flightline. The facility will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer and standing seam metal roof. The MX hangar will consist of (2) bays with horizontal sliding pocket doors and will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer exterior, and standing seam metal roof system. Hanger Bay 1 will contain a 15 Ton bridge crane. The hangar will also include anti-skid hangar floor coating, installation of a water sprinkler first suppression system, aircraft static grounding points, and adequate exhaust and ventilation systems. A pre-engineered metal building system (MBS) can be used for the Hangar Maintenance Facility and Logistics Warehouse. The facilities security system will include security fences, gates, an intrusion detection system (IDS), access control system (ACS), and closed-circuit television (CCTV) as well as cybersecurity measures for facility-related systems. Supporting facilities include all site preparation, storm water management, electrical, airfield lighting, communications, water and sewer utilities and connection fees, water storage tanks, fire detection and suppression systems. The Logistics Warehouse and Hangar will meet DOD Requirements and security protocols for secure work areas with security sensors and alarms. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria.
Special Construction Requirements: Secure work areas specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities.
Minimum Capabilities Required Include the Following:
Work includes the design construction and installation of: reinforced concrete foundations, concrete floor slab, structural steel frame, concrete masonry units, insulated metal panel systems, gypsum wallboard, and a combination single ply membrane/standing seam metal low slope roof, utilities; communications support; site improvements and hardscapes; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; security enhancements and other supporting work necessary to make a complete and useable facility.
The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement.
The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00.
In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS), 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000. The total contract performance period is anticipated to be 730 calendar days.
In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response under this source sought synopsis.
Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.
Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of six pages (not counting CPARS)..
Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
DISASTER RESILIENCY PROGRAM PHASE 3 AT CREECH AFB, NV is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.