Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOLICITATION NOTICE

Y -- DISASTER RESILIENCY PROGRAM PHASE 2, CREECH AFB, NEVADA

Notice Date
5/8/2025 3:34:18 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
 
ZIP Code
90017-3409
 
Solicitation Number
W912PL25RA012
 
Archive Date
05/08/2026
 
Point of Contact
Dominic Pebenito, Phone: 2134523243, RubyAnn Prout, Phone: 2134523405
 
E-Mail Address
dominic.m.pebenito@usace.army.mil, rubyann.prout@usace.army.mil
(dominic.m.pebenito@usace.army.mil, rubyann.prout@usace.army.mil)
 
Description
Design and construct a 79,335 square foot Aircraft Maintenance Facility (AMF) hangar, a 4,429 square foot covered Aerospace Ground Equipment (AGE) storage yard, a 204 square foot hazardous material storage, and 100,167 square feet of airfield pavements to support the DRP mission-sets. The AMF hangar is comprised of (2) large flow-thru style hangar bays with horizontal sliding pocket doors and will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer exterior, and standing seam metal roof system. The AMF will include anti-skid hangar floor coating, installation of a water sprinkler first suppression system, aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar including taxiing in and out under its own power. The covered AGE Storage Yard will be comprised of a concrete foundation, structural steel frame with an overhead cover equipped with LED lighting, and shore electrical power. The AMF will include the installation of intrusion detection systems and cybersecurity measures for facility-related control systems. Airfield pavements in support of the AMF will be designed ?light-load? type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). Supporting facilities include all site preparation, storm water management, electrical, airfield lighting, communications, water and sewer utilities, utility connection fees, fire detection, and suppression systems. The AMF will meet DoD requirements and security protocols for secure work areas with security sensors and alarms. The AMF and Covered AGE Storage Yard will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFC?s as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements: Secure work areas specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities. There will be one pricing schedule with four (4) Contract Line Items (CLIN) for base bid and no options. The project has a Performance Period of seven hundred thirty (730) calendar days after receipt of Notice to Proceed (NTP). USE OF BRAND NAME: This procurement will require the use of a specific brand name. PROJECT LABOR AGREEMENT: Not Required. MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Work includes the design construction and installation of: reinforced concrete foundations, concrete floor slab, structural steel frame, concrete masonry units, insulated metal panel systems, gypsum wallboard, and a combination single ply membrane/standing seam metal low slope roof, utilities; communications support; site improvements and hardscapes; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; security enhancements and other supporting work necessary to make a complete and useable facility.PROCUREMENT SET-ASIDE: This procurement is not set-aside for small business; it is issued as Full and Open Competition. In accordance with DFARS 236.204, the estimated magnitude of construction is between$100,000,000 and $250,000,000.00. SELECTION PROCESS: This procurement will be conducted in accordance with 10 USC 2842 and ECB 2019-14, One-Phase Design-Build Selection Procedures. This acquisition will be conducted under a competitively negotiated source selection process in accordance with FAR 15 ? Contracting by Negotiation. The acquisition will be using the Best Value Trade Off procedures. This process does not permit tradeoffs among cost or price and non-cost factors and allows the government to award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall ?Best Value? to the Government. Both technical and price proposals will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance, Technical Approach, Management Structure, Schedule, and Small Business Participation.CONTRACT TYPE: The government intends to award a Firm-Fixed-Price D-B (Design Build) construction contract to the offeror who submits a proposal that is the best value to the government. SAM.GOV: Plans and specifications will not be provided in hard copy. The solicitation and amendments will be posted on https://sam.gov/. The Government anticipates issuing the solicitation approximately 15 to 30 days after the publication of this notice. This timeframe is an estimate and is subject to change. The Government anticipates allowing a minimum of 30 calendar days for proposal submission from the date the solicitation is issued. The actual date will be specified in the solicitation. Solicitation W912PL25RA012 and all amendments for this acquisition will be posted on https://sam.gov/. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from https://sam.gov/ will require prior registration in System for Award Management (SAM). If you are a first time SAM user, you will be required to register in https://sam.gov/ prior to accessing the solicitation documents. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors must have an active SAM registration at the time of proposal submission and award. In the case of Joint Ventures (JV), the JV entity must also be registered in SAM as a distinct business entity.Follow the instructions at https://sam.gov/ to register. ACCESS RESTRICTIONS:This solicitation will be restricted. Interested offerors must contact the designated point of contact listed in the solicitation to request access to the solicitation documents. Access will only be granted to eligible and vetted parties in accordance with applicable security and procurement regulations. Offerors are advised to initiate this process as early as possible to avoid delays in obtaining solicitation materials.IMPORTANT NOTICE:IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - SYSTEM FOR AWARD MANAGEMENT (SAM)- FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/304ed35e26ea48f9a9b80ec5154efd58/view)
 
Place of Performance
Address: Creech Air Force Base (AFB), Nevada 89018
Zip Code: 89018
 
Record
SN07435741-F 20250510/250508230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.