SOURCES SOUGHT
Y -- F-35 Maintenance Facility, Phase 1
- Notice Date
- 2/21/2025 5:25:48 PM
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825RA012
- Response Due
- 3/21/2025 9:00:00 AM
- Archive Date
- 04/05/2025
- Point of Contact
- Natalia Gomez, Phone: 9165576868, Michelle Spence, Phone: 9165777900
- E-Mail Address
-
natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil
(natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil)
- Description
- Project Description: F-35 Maintenance Facility, Phase 1 Solicitation Number: W9123825RA012 SAM Posting Title: USACE SPK Design Build (DB) Construction � F-35 Maintenance Facility, Phase 1 SAM Posting Description: 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 determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business {WOSB) and Serviced-Disabled Veteran-Owned Small Business {SDVOSB); Veteran Owned Small Business {VOSS) and 8(a) small business concerns to perform design and construct of the subject requirement. Other than small business is encouraged to express interest and submit capability statements as well. Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement and acquisition strategy to establish a Firm Fixed Price (FFP) contract to provide design build construction services to include but is not limited to: Construct a multi-dock medium bay fighter aircraft maintenance hangar with parts storage/equipment areas, back shop, and administrative areas. Project scope includes composite aircraft corrosion control capability to include one paint bay and one de-paint bay. The proposed facility will have reinforced concrete footings, foundation, floor slab, structural steel frame, insulated walls, insulated roof, lightning protection, fire detection/suppression, and intrusion detection. The project will include pavements, site improvements, communication support, utilities and all required supporting facilities for a complete and usable facility to fulfill mission requirements. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. The anticipated requirement may result in a solicitation issued approximately May 2025. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price construction contract by approximately first quarter of fiscal year 2026. 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 Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210 � Industrial Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1EB, Construction of Maintenance Building. 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: The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. The submission is limited to ten (10), 8.5 x 11 inch pages with a minimum font size of point 12. 1) Company name, System for Award Management Unique Entity Identification number (SAM UEI) or Employer Identification Number (EIN), address, point of contact, phone number, and e-mail 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 past eight (8) years. Each example should include a 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: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 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. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Please provide responses by e-mail to the Contract Specialist, Natalia Gomez, at natalia.gomez@usace.army.mil by 0900 / 9:00 AM (PST) Wednesday, 21 Mar 2025. Please include the Solicitation number, �W9123825RA012� in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d34fbb3e9c8a478394a912189806a286/view)
- Record
- SN07350382-F 20250223/250221230035 (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 |