Nevada Bids > Bid Detail

Disaster Resiliency Program (DRP)- Phase 1 - Creech Air Force Base, Nevada

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159309438416944
Posted Date: Nov 16, 2023
Due Date: Nov 27, 2023
Source: https://sam.gov/opp/726a075d6e...
Follow
Disaster Resiliency Program (DRP)- Phase 1 - Creech Air Force Base, Nevada
Active
Contract Opportunity
Notice ID
W912PL24S0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 16, 2023 11:50 am PST
  • Original Published Date: Oct 27, 2023 11:55 am PDT
  • Updated Response Date: Nov 27, 2023 10:00 am PST
  • Original Response Date: Nov 26, 2023 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 12, 2023
  • Original Inactive Date: Dec 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Indian Springs , NV 89018
    USA
Description

This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to design and construct a Squadron Operations Facility, Aircraft Operations Facility (AOF), Apron, and Jet Blast Deflector at Nellis AFB, NV.



PROJECT SCOPE: Single Phase Design and construct a 50,364sf Squadron Operations Facility, a 41,053sf Aircraft Operations Facility, and 280,000sf of airfield pavements utilizing conventional design and construction methods to accommodate the Disaster Resiliency Program (DRP) mission sets. The single-story Squadron Operations Facility will be constructed with a reinforced concrete foundation, structural steel frame, masonry exterior walls, and standing seam metal roof system. The AOF is comprised of four flow-thru style aircraft 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 AOF will include anti-skid hangar floor coating, installation of a fire protection system, aircraft static grounding points, and adequate exhaust and ventilation systems. The facilities include the installation of intrusion detection systems and cybersecurity measures for facility-related systems. Airfield pavements in support of the AOF will be designed “light- load” type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). Project also includes the installation of a jet blast deflector with an asphalt foundation. Supporting facilities include the DRP complex primary infrastructure buildout to include the complex-wide site preparations, primary utility mains, water storage tower, stormwater system, concrete pads with shore power capability for squadron operational equipment placement, and antenna support structures for ground data terminal equipment, and an electrical and communications primary and redundant system network. The project includes all individual building utility service connections, site preparation, apron and taxiway edge lighting, communications, privatized utility connection fees, fire detection and suppression systems, and pavements. The DRP complex 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. 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 as appropriate. The facility will be compatible with applicable DoD, Air Force, and base design standards. This project will comply with DoD antiterrorism / force protection requirements per UFC. Special Construction Requirements: Raised flooring as required, Secure Compartmentalized Information Facility (SCIF) and Special Access Program (SAP) specifications and construction in accordance with ICD/ICS 705 is necessary.



MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Utilities; communications support; site improvements; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; security enhancements; backup power generation; and other supporting work necessary to make a complete and useable facility.



The type of socioeconomic set-aside, if any, will depend upon the responses to this source sought notice.



The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement.



The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00.



In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS), 236.204, the estimated construction price range for this project is between $100,000,000 and $250,000,000. The total contract performance period is anticipated to be 900 calendar days.



In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors 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.



Prior Government contract work is not required for submitting a response under this source sought synopsis.



Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.



Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of six pages.



Offerors name, address, point of contact, with telephone numbers, and email addresses.



Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations.



Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity).



Firm's interest in proposing on the solicitation when it is issued.



Description of capability to perform the proposed project. Including, capability to manage subcontractors, manage and provide required reporting of small business subcontracting plan progress in a timely/accurate manner, advancing the socio- economic goals of the Federal Government, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts.



Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than three (3) projects that are complete or at least 50% construction complete and within the past four years. Response MUST demonstrate experience in new construction, SCIF construction, AT/FP requirements, and airfield pavements. Two of the projects must be D-B projects. Vertical construction project examples MUST have a construction value greater than $20,000,000 and have occurred on a military installation (Army, Navy, Air Force, Marine Corp) within the continental United States. The projects should be similar in nature to what is described above in the Project Scope. The project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address) should be included for each project.



Responses should be submitted to Dominic Pebenito, Contract Specialist, by email at Dominic.M.Pebenito@usace.army.mil. Responses are due no later than November 26, 2023. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.



Please refer to the attaached document for the Project Labor Agreement (PLA) information related to this Sources Sought. Please ensure that your responses to the Sources Sought include your responses to the attached Project Labor Agreement (PLA).


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >