USACE SPK Design Bid Build Construction - F-35 East Campus Infrastructure - Hill AFB, UT

expired opportunity(Expired)
From: Federal Government(Federal)
W9123823S0026

Basic Details

started - 15 Nov, 2023 (5 months ago)

Start Date

15 Nov, 2023 (5 months ago)
due - 28 Nov, 2023 (4 months ago)

Due Date

28 Nov, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
W9123823S0026

Identifier

W9123823S0026
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707124)DEPT OF THE ARMY (132837)USACE (38021)SPD (2642)US ARMY ENGINEER DISTRICT SACRAMENT (1148)
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.

This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determined potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources.GENERAL SCOPE:The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement for construction of utility infrastructure systems to support the planned and future development of multiple facilities on the east side of Hill Air Force Base (AFB). The work includes the construction of taxiways, tow-ways, and associated airfield lighting systems; roadways, privately owned vehicle parking, government owned vehicle parking, sidewalks, and emergency vehicle circulation; pump houses, lift
stations, and a communication information technology (ITN) node building; and the relocation of a tactical navigation (TACAN) facility, as well as, upgrades to various privately owned and government owned utility systems including water production (well), storage (water tank) and distribution; sanitary sewer, storm sewer, and industrial waste; electrical distribution and communications; natural gas, and compressed air. All facilities and infrastructure systems will be permanent construction in accordance with applicable Department of Defense Unified Facilities Criteria.The potential requirement may result in a solicitation issued approximately 14 August 2023.If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately April 2024. It is estimated that the potential requirement can be completed within seven hundred thirty (730) calendar days.In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 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 Industry Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration (SBA) is $45 million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NZ, Construction of Other Utilities.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 aide 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 twenty-five percent (25%) of the cost of the contract, not including cost of materials. If no set-aside is made, the requirement is competed 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 10-point font size.Please provide the following information:1. Company name, Unique Employer ID (UEI; previously DUNS #), address, point of contact, phone number, and email 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 last six (6) years. Each example should include 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, Service-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 email to the Contract Specialist, Britanie Butler, at britanie.v.butler@usace.army.mil by 1000 / 10:00 a.m. (MST) Monday, 27 March 2023.Please include the Sources Sought Number, W9123823S0026 in the subject line.

Hill AFB ,
 UT  84056  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Hill AFB

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Y1NZCONSTRUCTION OF OTHER UTILITIES