Search Contract Opportunities

B-21 Weapon Loader Training Facility   4

ID: W9128F23R0012 • 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

SOLICITATION NO. W9128F23R0012

PROCUREMENT TYPE: Pre-solicitation

ASSOCIATED NOTICE: W9128F23SM001

TITLE: B-21 Weapon Loader Training Facility (B-21 WLT)

CLASSIFICATION CODE: Y -- Construction of Miscellaneous Building

NAICS CODE: 236220 -- Commercial and Institutional Building Construction

PSC CODE: Y1JZ CONSTRUCTION OF MISCELLANEOUS BUILDINGS

DESCRIPTION:

On or about 03 April 2023, this office will issue a solicitation for construction/renovation of the B-21 Weapons Loader Trainer at Ellsworth Air Force Base (EAFB), South Dakota (SD). This project will be executed using a design-bid-build (DBB) project delivery method. Proposals will be due approximately 30 days after RFP release. It is anticipated that an award will be made in August or September 2023, subject to availability of funding. The anticipated construction duration is 730 days after issuance of the notice to proceed.

This solicitation is unrestricted and open to large and small business participation. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) 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.

SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION:

Please be advised of on-line registration requirements for Contractor Registration and for Representations and Certifications Application which are in System for Award Management SAM' database at https://sam.gov/. The representations and certifications section in SAM are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from the date of initial submission and expire on an annual basis from the update to SAM.

PROJECT DESCRIPTION (approx. quantities)

B-21 Weapons Loader Training (WLT) Facility, Ellsworth Air Force Base (EAFB), South Dakota (SD).

This is one of several major construction projects that serves as part of a multi-year facilities bed-down in support of the B-21 program at EAFB, SD. This project will renovate roughly 60,000 interior square feet of an existing large, +/- 120,000 SF hangar facility (known as PRIDE Hangar and/or B7504). Most of the renovated space will include a new large weapons loader training (WLT) bay. The new structure encloses a mock-up of an aircraft fuselage for weapons loading training activities. Other renovated spaces include administrative, training, and utility areas. Various areas within the facility will be secure spaces. The renovation may also include water intrusion corrections on the existing hangar bay door and abatement or remediation of existing hazardous materials in and around the facility, as well as internal and site-side infrastructural accommodations. Accommodations may include but are not limited to site features, fire protection and suppression systems, and interior and exterior utilities (comm, electrical, water, sanitary, etc.).

The project may include bid options for a second weapons loader bay, furniture, furnishing and equipment (FF&E), electronic security systems (ESS), intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems.

Facilities will be designed 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. The facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.

Demolition of existing facilities and infrastructure to include hazardous materials and soils may be required.

The facility contains secure spaces to be designed and constructed to ICD/ICS 705 and other related criteria. Special oversight of construction of these portions of the project may be required

Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M. The magnitude of construction for this specific project is projected to be between $30M-$40M. This project is a Facilities Sustainment, Restoration, and Modernization (FSRM) project.

OBTAINING SOLICITATION DOCUMENTS:

Solicitation documents will be posted to the web via the Contract Opportunities at: https://.sam.gov/.

Find solicitation announcement in SAM: https://sam.gov/

  1. Click on Search Contract Opportunities' under the Contract Opportunities title.
  2. Use the Keywords' block to locate the project by entering the solicitation number or use the various advanced search blocks below the Keywords' search block.
  3. By using the login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted.
  4. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from this view under Attachments/Links'.
  5. If you want other vendors, sub-contractors or contractors to contact you, click on the Interested Vendors' tab and then Add me to Interested Vendors' link at the bottom of the page.

Solicitation documents are provided to the general public free of charge.

INQUIRIES:

A bidder inquiry key will be included in the solicitation. Questions regarding the solicitation will be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/.

Telephone calls will not be accepted.

Overview

Response Deadline
March 27, 2023, 2:00 p.m. EDT Past Due
Posted
March 13, 2023, 6:23 p.m. EDT
Set Aside
None
Place of Performance
SD 57706 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
90%
On 3/13/23 USACE Omaha District issued Presolicitation W9128F23R0012 for B-21 Weapon Loader Training Facility due 3/27/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Michele Renkema   Profile
Phone
None

Secondary Contact

Name
Amanda Eaton   Profile
Phone
None

Documents

Posted documents for Presolicitation W9128F23R0012

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128F23R0012

Award Notifications

Agency published notification of awards for Presolicitation W9128F23R0012

Contract Awards

Prime contracts awarded through Presolicitation W9128F23R0012

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128F23R0012

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128F23R0012

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
Sept. 30, 2023
Last Updated By
michele.a.renkema@usace.army.mil
Archive Date
Sept. 30, 2023