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 addition/alteration to Building 262 Hangar at Nellis AFB, NV.
Project Scope: Design and construct repairs to existing 1950s era Hangar for a new F-35 Air Maintenance Squadron at Nellis AFB. Work includes repairing the hangar bay for F-35 aircraft, modifying administrative spaces to include wall/door and utility changes for new occupant space requirements, and providing structural repairs and retrofits. Work also includes an approximate 4,062 GSF addition with optional mezzanines. The addition will consist of support offices, fire riser room, support storage /ALIS admin, entry vestibule, supply area & checkout, and support storage spaces. 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, and other UFC's as appropriate. The facility should be compatible with applicable DoD, Air Force, F-35 Facility Requirement Document (FRD), 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. Secure work area specifications and construction in accordance with ICD/ICS 705 will be necessary for select spaces within the facility.
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 roof, utilities; communications support; site improvements and hardscapes; 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.
The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources 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.
In accordance with the NDAA of FY24, SDVOSBs are required to be SBA and not self-certified towards prime contracting and subcontracting credit.
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 $10,000,000 and $25,000,000. The total contract performance period is anticipated to be 730 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 six (6) years. Response MUST demonstrate experience in facility repair, ICD/ICS 705 construction, AT/FP requirements, and hangar repair and construction. Vertical construction project examples MUST have a construction value greater than $5,000,000 and have occurred on a military installation (Army, Navy, Air Force, Marine Corp) within the continental United States or Allied Military installation built to US codes and standard and under a US Government Contracting Agency. 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, type of contract (design-build or design bid build), 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 Roger Minami, Procurement Analyst, Office of Small Business Programs, by email at Kinya.R.Minami@usace.army.mil. Responses are due no later than April 11, 2025. 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.