SOURCES SOUGHT
Y -- Bomber Agile Common Hangar; 4-Dock Hangar at Tinker Air Force Base
- Notice Date
- 6/24/2024 1:19:23 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV24SJL15
- Response Due
- 7/24/2024 12:00:00 PM
- Archive Date
- 08/08/2024
- Point of Contact
- Jon Larvick, Phone: 9186694316, Julie Hill, Phone: 9186697699
- E-Mail Address
-
jon.a.larvick@usace.army.mil, Julie.S.Hill@usace.army.mil
(jon.a.larvick@usace.army.mil, Julie.S.Hill@usace.army.mil)
- Description
- This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers--Tulsa has been tasked to solicit for and award a contract for the construction of a 4-dock hangar at Tinker Air Force Base, Oklahoma City, OK. It is anticipated the proposed project will be solicited as a competitive, firm-fixed-price contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community:� Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zones), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB).� The government must ensure there is adequate competition among the potential pool of responsible contractors.� Small businesses, Section 8(a), HUB-Zone, SDVOSB, and WOSB businesses are highly encouraged to participate. This project constructs a 4-dock hangar for programmed depot maintenance. The facility consists of a single-story structural steel framed hangar bay with full span trusses on a cast-in-place concrete slab. Support spaces include a single-story shop side with a two-story administration side constructed as a steel framed system, including restrooms and lockers, private offices, administrative space, breakroom and FEMA storm shelter, and hazardous material storage space. The hangar bay will be comprised of a standing seam metal roof with the support areas having a low slope single ply membrane roof. Special deep foundations consisting of piers & driven piles are required. Supporting facilities include all necessary utilities and connections, site demolition and earthwork, apron pavements, fencing, and site improvements to provide a complete and useable facility.� This project will utilize natural gas instead of an all-electric design in regard to Executive Order 14057 since the project was at 35% design on 16 Jan 24.� Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. An existing airfield pavement tow-way is being expanded to connect across S Douglas Blvd to the existing airfield. In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $250,000,000 and $500,000,000 and the estimated duration of the construction phase for the proposed contract is four years (1460 days). �The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45M.� Small Businesses are reminded under FAR 52.219-14 (deviation 2021-O0008), Limitations on Subcontracting for Small Business, that a firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded.� Prior government contract work is not required for submitting a response under this sources sought synopsis.� The anticipated solicitation date is on or about 1 September 2025 and the proposed due date will be on or about 1 November 2025.� The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms' responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm's name, address, point of contact, phone number, e-mail address and business CAGE and UEI code. 2.� Firm's interest in bidding on the solicitation when it is issued. 3.� Firm's capability to perform a contract of this magnitude and complexity.� Include the firm's capability to construct large military hangars.� Provide comparable work within the past 5 years.� Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project.� Provide at least 3 examples. 4.� Firm's Business Size -- LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5.� Firm's Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable. 6.� Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00pm CT, 24 July 2024.� All interested firms must be registered in SAM to be eligible for award of government contracts.� Email your response to Jon A. Larvick and Julie S. (Shay) Hill, U.S. Army Corps of Engineers at jon.a.larvick@usace.army.mil and Julie.s.hill@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0e82c8d82e843bb80fbd8e45421e92c/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Record
- SN07106197-F 20240626/240624230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |