SOURCES SOUGHT
Y -- B21 Utilities and Site Improvements
- Notice Date
- 3/10/2025 6:47:26 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- PANSWD25P0000000232
- Response Due
- 3/17/2025 2:00:00 PM
- Archive Date
- 04/01/2025
- Point of Contact
- Bijay Gurung, Phone: 8178861018, Linda D Eadie, Phone: 8178861085
- E-Mail Address
-
bijay.gurung@usace.army.mil, linda.d.eadie@usace.army.mil
(bijay.gurung@usace.army.mil, linda.d.eadie@usace.army.mil)
- Description
- This is a SOURCES SOUGHT for market research purposes 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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers- Fort Worth District has been tasked to solicit for B-21 Utilities and Site improvements (U&SI) Electric in Dyess Air Force Base (AFB), Texas. This project adds electrical distribution infrastructure and fiber optic communications infrastructure to the existing base networks, supporting multiple new projects associated with the bed-down of the B-21 weapons system at Dyess Air Force Base. The communications component of this project includes the addition of single mode fiber optic cable in underground concrete encased duct, together with telephone system expansion. The electrical distribution component includes power cabling, also in underground concrete encased duct, as well as pole mounted power conductors and all associated transformers & equipment. Primary Underground Distribution includes new switchgear, cabling, duct banks, manholes & other associated appurtenances. Facilities to be designed as permanent construction in accordance with 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 Facility Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings, and Unified Facility Criteria 4-010-06, Cybersecurity of Facility-Related Control Systems. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry to include the Small Business Community: Small Businesses, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service- Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among responsible contractors. The Government is seeking qualified, experienced sources capable of constructing the above referenced work. In accordance with DFAR Part 236, the construction magnitude is between $25,000,000 -$100,000,000. The Estimated duration of the project is 730 calendar days. The Product Service Code is Y1NZ � Construction of Other Utilities. The North American Industry Classification System code (NAICS) for this procurement is 237130 which has a small business size standard of $45 Million. Small Businesses are reminded that FAR clause FAR 52.219-14 � Limitations on Subcontracting will be applicable to this contract; and to pay specific attention to paragraphs (e)(3) and (g). (e)(3) For General Construction, it (the contractor) will not pay more than 85 percent 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 towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. Anticipated solicitation issuance date is on or about 15 October, 2026, and the estimated proposal due date will be on or about November 30, 2025. The official solicitation will be issued on System for Award Management (www.sam.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a Government contract award. Firms responding to this Sources Sought shall answers the 6 questions below. If answer is Not Applicable, type in the letters NA. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code. Firm's interest in bidding on the solicitation when it is issued. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information if applicable. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars). Company's capability to perform a contract of this magnitude, scope, and complexity by providing a brief description of at least three projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information Interested Firm's shall respond to this Sources Sought no later than 4:00 P.M.(Central Time), March 17, 2025. Email your response to Contract Specialist, Bijay Gurung and Contracting Officer, Linda D. Eadie at EMAIL addresses: Bijay.gurung@usace.army.mil and linda.d.eadie@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this source sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40adb662799f49d5999a728163c4dd6d/view)
- Place of Performance
- Address: Dyess AFB, TX, USA
- Country: USA
- Country: USA
- Record
- SN07367084-F 20250312/250310230048 (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 |