Search Contract Opportunities

B-21 Radio Frequency Facility (RF-Hangar)   4

ID: W9128F22R0054 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Pre-Solicitation Notice W9128F22R0054

Construct a B-21 Radio Frequency Facility (RF Hangar), Ellsworth Air Force Base (AFB), South Dakota

On or about 23 September 2022, this office will issue Request for Proposal (RFP) to construct a B-21 Radio Frequency Facility (RF Hangar), Ellsworth Air Force Base (AFB), South Dakota. The solicitation will close on or about 25 October 2022.

This solicitation is UNRESTRICTED. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer.

Site visit is scheduled for 13 October 2022. The solicitation will include photographic attachments and drawings.

DO NOT submit requests for plans and specifications. See Obtaining Solicitation Documents' below.

Project Description (approx. quantities):

Construct a high bay special maintenance hangar with one aircraft position and all associated back shops, unique climatically controlled material storage with uninterrupted power supply system, and administrative and facility support spaces. This project includes clearing and grading site, storm drainage, aircraft parking and movement area, utility infrastructure systems and all other supporting facilities. Facility functional areas include one (1) hangar bay sized to fit B-2A Spirit aircraft with space and configuration to accommodate radio frequency testing on the aircraft. Administrative and support functions are located to the side and behind the hangar bay. The facility contains multiple secure spaces to be designed and constructed to ICD/ICS 705 criteria.

The project will comply with all applicable DoD, Air Force, and base design standards. The project will use local materials and construction techniques where cost effective. The Contractor must design facilities as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, "General Building Requirements" and UFC 1-200-02, "High Performance and Sustainable Building Requirements." This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01, "DoD Minimum Antiterrorism Standards for Buildings" and include cybersecurity measures per UFC 4-010-06, "Cybersecurityof Facility-Related Control Systems."

The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 900 calendar days) after receipt of NTP. Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed. Performance and Payment Bonds will be required.

The above project description is for information only. Project scope of work is subject to change.

RFP Evaluation Criteria:

Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value selection will be considered after reviewing price and technical factors.

The magnitude of construction cost for this project is between $25,000,000 and $100,000,000.

Bidders (Offerors):

Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM.

Obtaining Solicitation Documents:

Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at https://beta.sam.gov/search?index=opp.

Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp):

1. Use the Keywords search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the Federal Organizations (towards the middle of the page) or use the Federal Organizations search feature followed by the Advanced Search feature.

2. By using the Sign In feature, it allows additional search features and allows you to keep your searches. Sign In might be required on some solicitations that are considered restricted.

3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the Attachments/Links section of the solicitation.

Please direct procurement questions to the Contracting Specialist, Shawn Adkins via email at shawn.a.adkins@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email.

PHONE CALLS WILL NOT BE ACCEPTED.

Overview

Response Deadline
None
Posted
Aug. 26, 2022, 4:32 p.m. EDT
Set Aside
None
Place of Performance
Ellsworth AFB, SD USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Odds of Award
90%
On 8/26/22 USACE Omaha District issued Presolicitation W9128F22R0054 for B-21 Radio Frequency Facility (RF-Hangar). The opportunity was issued full & open with NAICS 236220 and PSC Y1EB.
Primary Contact
Name
Shawn Adkins   Profile
Phone
None

Secondary Contact

Name
Glenda Canty   Profile
Phone
None

Documents

Posted documents for Presolicitation W9128F22R0054

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128F22R0054

Award Notifications

Agency published notification of awards for Presolicitation W9128F22R0054

Contract Awards

Prime contracts awarded through Presolicitation W9128F22R0054

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128F22R0054

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128F22R0054

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Aug. 26, 2022
Last Updated By
shawn.a.adkins4.mil@mail.mil
Archive Date
Sept. 16, 2022