Search Contract Opportunities

Design Build, GBSD Consolidated Maintenance Facility at Vandenberg SFB, CA   3

ID: W912PL22R0043 • Type: Sources Sought
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
Draft a sources sought response template for 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

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 the GBSD Consolidated Maintenance Facility at Vandenberg SFB, CA

PROJECT: Design and Construct a 13,789 square meter (SM) multi story Consolidated Maintenance Facility for the Ground Based Strategic Deterrent (GBSD) at Vandenberg Space Force Base, CA to support GBSD Test, Launch Operations and accommodate a crew of 250 personnel. The primary facility will be used to house the Flight Test Squadron for GBSD Intercontinental Ballistic Missiles (ICBM's).

Project will include Advance Program Office/Security Program Office area that shall meet special access program facility requirements and be large enough to support security personnel & Cyber Information Technology personnel. Advance Program Office/Security Program Office shall consist of offices, one large conference room and two smaller conference rooms. In addition to the offices, laboratories, storage areas, and vehicle storage structures, the project will consist of secure/non-secure internet protocol router communication systems, electrical/mechanical services, and distribution components/systems, water and sewer, fire protection, lightning protection, security systems, and overhead cranes in the high bays to lift critical hardware and support equipment in and out of Transporter Erectors, Maintenance Vans, and other support vehicles. As the facility will be located adjacent to the missile route, all Intercontinental Ballistic Missiles vehicles will be maintained, and stored within this complex.

The facility will have secure storage rooms, labs and a codes vault that will be built to Intelligence Community Directive 705 standards. The class "B" codes vault contains a Class "A" vault.

Site improvements include clearing, grubbing, grading, demolition, as applicable, paving, walkways, and storm drainage.

The Facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01.

Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable.

BACKGROUND: A GBSD Consolidated Maintenance Facility is required to support the GBSD testing activities scheduled to start in FY23 without interruptions to the Minuteman III (MMIII) test launch schedule which is expected to continue until FY30. The facility consolidates test, operational and maintenance activities required to perform with the new GBSD Intercontinental Ballistic Missiles (ICBMs). Minuteman III (MMIII) occupies two facilities to support test and maintenance of the ICBMs. The current facilities are 100% allocated to the MMIII mission and has no capacity to support the GBSD program which is at a different level of classification. New test, support equipment, training and processes will be used in GBSD.

The type of set-aside decision to be issued will depend upon the responses to this source sought notice.

The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service-Disabled Veteran owned small business concerns and 8(a) firms.

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 $36,500,000.00.

In accordance with Defense Federal Acquisition Regulations sub-part 236.204(iii), the estimated magnitude of this project is: Between $100,000,000 and $250,000,000. The total contract performance period is estimated at 1,095 calendar days

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

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

1. Offeror's name, address, point of contact, with telephone numbers, and email addresses.

2. Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations.

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

4. Description of capability to perform the proposed project. Manage subcontractors, prepare, and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts.

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

6. Past performance/experience on projects of similar scope and magnitude, describing no more than two (2) projects that are complete or at least 50% contract complete based on calendar days within the past six (6) years. Response MUST demonstrate experience in new construction (not renovation), ICD 705, AT/FP Requirements, structural steel, concrete foundations, fire protection, mechanical, electrical, and lightening protection systems. One of the projects must be a D-B project. The past performance information should include 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). Projects examples MUST be more than $50,000,000.00. Lastly, one (1) project must have occurred on a US military installation.

Responses should be submitted to Lucia A. Carvajal, Contract Specialist, to lucia.a.carvajal@usace.army.mil. Submittals are due no later than August 25, 2022. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. This notice does not constitute any commitment by the Government.

Overview

Response Deadline
Aug. 25, 2022, 5:00 p.m. EDT Past Due
Posted
July 20, 2022, 2:07 p.m. EDT
Set Aside
None
Place of Performance
Lompoc, CA 93437 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Odds of Award
23%
On 7/20/22 USACE Los Angeles District issued Sources Sought W912PL22R0043 for Design Build, GBSD Consolidated Maintenance Facility at Vandenberg SFB, CA due 8/25/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1BF.
Primary Contact
Name
Raj Cooper   Profile
Phone
(213) 452-3168

Secondary Contact

Name
Lucia A. Carvajal   Profile
Phone
(213) 452-3240

Documents

Posted documents for Sources Sought W912PL22R0043

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912PL22R0043

Contract Awards

Prime contracts awarded through Sources Sought W912PL22R0043

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912PL22R0043

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912PL22R0043

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > W075 ENDIST LOS ANGELES
FPDS Organization Code
2100-W912PL
Source Organization Code
100221424
Last Updated
Dec. 31, 2022
Last Updated By
lucia.a.carvajal@usace.army.mil
Archive Date
Dec. 31, 2022