Search Contract Opportunities

Combat Rescue Helicopter (CRH) Simulator Facility, JBER, Alaska (JBE089)

ID: W911KB25R0028 • Type: Sources Sought

Description

COMBAT RESCUE HELICOPTER (CRH) SIMULATOR FACILITY, JBER, ALASKA (JBE089)

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy for a FY25 Design Bid Build Construction Project. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work:

The selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct a Combat Rescue Helicopter (CRH) Operational Flight Trainer (OFT) facility utilizing conventional design and construction methods to accommodate the mission of the facility. 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 should be compatible with applicable DoD, Air Force and Air National Guard, and base design standards. In addition, local materials and construction techniques shall be used where cost effective.

The work includes construction of a new, properly sited, single floor, 8,202 square foot Combat Rescue Helicopter Simulator Facility that is fully configured. The new building will support the simulator for the HH-60W helicopter, its supporting equipment, briefing/debriefing room, mission planning room, instructors' office, administrative office, building support rooms, and toilet facilities. The facility will be slab on grade foundation with cold weather-insulated, shallow continuous strip footings, and a thickened cold weather-insulated mat foundation will be located directly below the simulator equipment. The exterior shell of the Simulator Bay will have masonry veneer and metal panel on reinforced CMU. The one-story administration areas will be constructed of masonry veneer and metal panel on metal studs. The roof will be low slope standing seam structural metal roofing, with snow guards to provide mitigation of ice damming. The simulator bay and associated areas will be constructed to collateral secret open storage criteria. There will be a large overhead door into the simulator bay which will also feature an interior overhead crane to move equipment. The work also includes the required site clearing, relocation of utilities, grade changes, connecting the new building systems into the existing base-wide systems, and incidental related work.

Special Construction Requirements: Simulator requires high bay construction with specialized flooring and overhead crane; insulated shallow foundation; Roll-up doors; Compliance with TEMPEST standards and countermeasures.

The estimated dollar magnitude of this project is anticipated between $17,000,000 and $22,000,000. The performance period will be approximately 730 calendar days.

THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.

The applicable North American Industry Classification System (NAICS) code is 236220. The small business size standard for this NAICS Code is $45 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 29 November 2024, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Afrank), PO Box 6898, JBER, AK 99506-0898 or via email to Theresa.m.afrank@usace.army.mil and mark.r.corn@usace.army.mil.

Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information:

(1) Business name, address, CAGE Code or DUNS number, and business size under NAICS 236220.

(2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.).

(3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five (5) years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.

(4) Provide firm's single project and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work.

(5) Provide information on any teaming arrangement that may be formed for performance of this project.

(6) Indicate firm's intent to submit a proposal on the subject acquisition when advertised.

Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered qualified for purposes of determining the Government's acquisition strategy. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://sam.gov/SAM/.

Overview

Response Deadline
Nov. 29, 2024, 6:00 p.m. EST Past Due
Posted
Nov. 15, 2024, 7:17 p.m. EST
Set Aside
None
Place of Performance
JBER, AK 99505 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
35%
On 11/15/24 USACE Alaska District issued Sources Sought W911KB25R0028 for Combat Rescue Helicopter (CRH) Simulator Facility, JBER, Alaska (JBE089) due 11/29/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Mark Corn   Profile
Phone
(907) 753-2817
Fax
(907) 753-2544

Secondary Contact

Name
Theresa Afrank   Profile
Phone
(907) 753-2739
Fax
None

Documents

Posted documents for Sources Sought W911KB25R0028

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W911KB25R0028

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911KB25R0028

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911KB25R0028

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
Dec. 14, 2024
Last Updated By
mark.r.corn@usace.army.mil
Archive Date
Dec. 14, 2024