Weapons Generation Facility at Barksdale AFB, LA

expired opportunity(Expired)
From: Federal Government(Federal)
N69450-22-R-0103

Basic Details

started - 21 Sep, 2022 (19 months ago)

Start Date

21 Sep, 2022 (19 months ago)
due - 07 Oct, 2022 (18 months ago)

Due Date

07 Oct, 2022 (18 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N69450-22-R-0103

Identifier

N69450-22-R-0103
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705434)DEPT OF THE NAVY (156301)NAVFAC (10868)NAVFAC ATLANTIC CMD (6569)NAVFAC SOUTHEAST (1194)NAVFACENGSYSCOM SOUTHEAST (1047)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PRE-SOLICITATION NOTICE ONLY: The solicitation will be available on or about October 6, 2022 at https://sam.gov/. The solicitation number is N6945022R0103, Weapons Generation Facility at Barksdale Air Force Base, LA.This project will provide the US Air Force with a new mission critical asset located at Barksdale Air Force Base in Louisiana.  The asset will be a multi-facility complex positioned near and able to utilize the primary runway.  Facilities in the complex include: the main facility, an 84,000-GSF Weapons Generation Facility (WGF); an Entry Control Facility (6250 GSF); a security forces facility (4700 GSF); a Fire Pump Building (2800 GSF); a Diesel Generator Building (1250 GSF); a weather shelter; and, multiple towers to support various specialized security features.  The 28-acre complex will be enclosed by an animal control fence and a sensored fence with a rated passive and active vehicle barrier system. 
Other unique features include a 400-Hz power system in the WGF for equipment support operations.All materials in conjunction with this project have been designated Controlled Unclassified Information – CUI.  CUI materials require restricted access, unique markings, enhanced physical safeguards, secure electronic storage, proper document transmission, proper use of eCMS, limits on access to the information, specific qualifying destruction and reporting of CUI incidents.  Contractors bidding on this job should be familiar with DOD Instruction 5200.48, Controlled Unclassified Information (CUI) and its provisions before bidding on this job. Since this asset will be constructed on a US Air Force installation and has CUI handling requirements, all construction must be performed by U.S. firms using U.S. citizens. A sources sought notice was posted to sam.gov on February 7, 2022 requesting small business industry interested and capability statement. In addition, an Industry Day was held on July 19, 2022. Based on responses from the notice and the industry day, it was determined that the requirement should be issued as full and open.  The NAVFAC Small Business Office concurs with this determination.The solicitation will be a negotiated Two Part Design-Bid-Build acquisition.  Proposals will be solicited in a two-part submission for a single solicitation.  The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.Competition Requirements: Unrestricted basis, under full and open competition.Procurement Method: FAR Part 15, Contracting by Negotiation.Type of Contract: Firm-Fixed Price.The NAICS code for this construction solicitation is 236220 with a size standard of $39,500,000.Project Magnitude is between $100,000,000 and $250,000,000.This is a new procurement. It does not replace an existing contract. No prior contract information exists.Large business concerns are required to submit a subcontracting plan prior to award of the contract.A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Part-Two (exact date and time will be specified in the Part-Two solicitation). Part-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the Part-One solicitation).This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted.  Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1AZCONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS