SOURCES SOUGHT
C -- SAOC 2-Bay Maintenance Hangar
- Notice Date
- 1/24/2025 5:36:42 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SM019
- Response Due
- 2/18/2025 12:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Trisha Connors, Phone: 4029952091, Jessica R. Jackson
- E-Mail Address
-
trisha.k.connors@usace.army.mil, jessica.r.jackson@usace.army.mil
(trisha.k.connors@usace.army.mil, jessica.r.jackson@usace.army.mil)
- Description
- SAOC 2-Bay Maintenance Hangar � 35% to RTA AE Design Offutt AFB, NE Sources Sought Notice # W9128F25SM019 PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction. There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION: Progress an already completed 35% design through Ready-to-Advertise (RTA), Construction Contract Award, and Construction Phase Services for a new 2-bay maintenance hangar, with potentially an option for an additional 1-bay fuel cell and corrosion control hangar (subject to the availability of funds), to support the Air Force�s new Survivable Airborne Operations Center (SAOC) airframe. This project provides a fully enclosed 314,600 SF 2-bay maintenance hangar with Operations (OPS) to accommodate maintenance activities for two (2) fully enclosed Boeing 747-8i aircraft. This facility will also house an Aircraft Maintenance Unit (AMU); 68,000 SF of consolidated tool kit (CTK) space; and 78,000 of contractor logistics support (CLS) supply space. The project�s construction includes, but is not limited to, concrete foundation and floor slab, steel high bay, standing seam metal roof, dual bridge crane telescopic maintenance platforms, motorized hangar doors and tracks, fire alarm and suppression system to include cranes, and all necessary support. Aircraft hangar requires such areas as administrative, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with shower, and break area. Includes secure space. Sensitive and/or Special Access Program spaces shall comply with the Intelligence Community Directive 705 criteria and standards. This project is authorized a generator, per AFI 32-1062. Includes utilities, pavements, site improvements, communications and all other necessary support to provide a complete and useable facility. Hangar access airfield pavements will clear, excavate, place base material and concrete pavement, asphalt shoulder, airfield markings, storm water retention, storm drainage, lighting and all other necessary support. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Facility will be designed as permanent construction in accordance with 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. This project may include the design of a 1-bay fuel cell and corrosion control hangar. This project provides a fully enclosed 141,000 SF 1-bay Fuel Cell and Corrosion Control hangar to accommodate maintenance activities for one fully enclosed Boeing 747-8i aircraft. This facility will also house a storage space for various vehicles and winter ops (6,500 SF). The project�s construction includes, but is not limited to, concrete foundation and floor slab, steel high bay, standing seam metal roof, motorized hangar doors and tracks, fire alarm and suppression system, and all necessary support. Aircraft hangar requires such areas as administrative, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with shower, and break area. Includes utilities, pavements, site improvements, communications and all other necessary support to provide a complete and useable facility. Hangar access airfield pavements will clear, excavate, place base material and concrete pavement, asphalt shoulder, airfield markings, storm water retention, storm drainage, lighting and all other necessary support. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Facility will be designed as permanent construction in accordance with 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. Estimated Project Solicitation Issue date: May 2025 Small Businesses are reminded under FAR 52.219-14(c)(1), Limitations on Subcontracting Services, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. RESPONSES: Please respond to all information requested in this notice not later than 2pm Central Time 18 February 2025. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: SFC Trisha Connors, trisha.k.connors@usace.army.mil and Jessica Jackson, jessica.r.jackson@usace.army.mil. REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: 1. Company Name, address, phone number, point of contract, email, web address: 2. CAGE Code and Unique Entity Identifier (UEI): 3. North American Industry Classification System Code (NAICS): 4. State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone Historically black colleges and Universities/Minority Institutions None of the above 5. Is your company currently registered in System for Award Management (SAM)? 6. Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation: CAPABILITIES and SUBMISSION REQUIREMENTS: 1. What experience does your company have in designing Department of Defense (DoD) hangars for wide-body commercial derivative aircraft? 2. What experience does your company have in designing spaces in accordance with ICD 705 standards? 3.What experience does your company have in completing full designs for a facility 300,000 square feet or larger? SUBMISSION DETAILS: All interested, capable, qualified, and responsive contractors under NAICS code 541330, Engineering Services are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description. Narratives shall be no longer than 3 pages. Email responses are required. Please include the following information in your response/narrative: �Company name, address, and point of contact, with phone number and email address �CAGE Code and DUNS/EID number �Business size to include any official teaming arrangements as a partnership or joint venture �Details of similar projects and state whether you were the Prime or Subcontractor �Project references (including owner with phone number and email address) �Project cost, term, and complexity of job �Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS In accordance with DFARS 236.204, the magnitude of the construction project associated with this AE requirement is expected to range over $500,000,000. COMMENTS: Provide comments or identify any concerns your company has regarding the planned solicitation. Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb0cffc8bd7747b8b27006ba5d69fc3e/view)
- Place of Performance
- Address: Offutt AFB, NE, USA
- Country: USA
- Country: USA
- Record
- SN07323044-F 20250126/250124230103 (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 |