Search Contract Opportunities

KC-46A Kitting Facility   4

ID: W912BV23R0014 • 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

SOURCES SOUGHT SYNOPSIS For KC-46A Kitting Facility Tinker AFB, OK

This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED

FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.

The U.S. Army Corps of Engineers Tulsa has been tasked to solicit for and award a contract for the construction of the new KC-46A Kitting Facility at Tinker AFB. The proposed design-bid-build project will be procured as a competitive, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the best value trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.

The Government is seeking qualified, experienced sources capable of performing the following:

This project will be a design-bid-build construction project for an approximately 40,000 square foot kitting facility that is primarily warehouse space, but also includes ancillary administrative and support spaces. This facility will be standalone and consists of a panel shop, kitting build up area, kitting repair area, kitting system area, inventory area, drop off area, administrative area, restrooms, and utility rooms. Exterior design will match the adjacent hangars and will consist of metal roof panels and metal wall panels with brick wainscot. This project also includes clearing and grading site, storm drainage, aircraft parking/movement area, utility infrastructure systems, and other supporting facilities. Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.

In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000.

Estimated construction duration of the project is 365 calendar days.

The North American Industry Classification System code for this procurement 236220 (Commercial and Institutional Building Construction) which has a small business size standard of $45M.

The Product Service Code is: Y1BZ (Construction of other Airfield Structures)

Small businesses are reminded of FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a small business subcontracting plan should this action be solicited as full and open competition and an award is made to a large business firm.

Prior Government contract work is not required for submitting a response to this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.

Anticipated solicitation issuance date is on or about 11 SEP 2023, and the estimated proposal due date will be on or about 23 OCT 2023, The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:

  1. Firm's name, address, point of contact, phone number, and e-mail address.
  2. Firm's interest in bidding on the solicitation when it is issued.
  3. Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction- comparable work performed within the past 5 years):

Brief description of the project, customer name, timeliness of performance, and dollar value of the project) provide at least 3 examples.

  1. Firm's Business Size LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
  2. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable.
  3. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.

Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 23 AUG 2023 All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.

Overview

Response Deadline
Aug. 23, 2023, 3:00 p.m. EDT Past Due
Posted
Aug. 9, 2023, 3:15 p.m. EDT
Set Aside
None
Place of Performance
Tinker AFB, OK United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
31%
On 8/9/23 USACE Tulsa District issued Sources Sought W912BV23R0014 for KC-46A Kitting Facility due 8/23/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Tyler Godwin   Profile
Phone
(918) 669-7281

Documents

Posted documents for Sources Sought W912BV23R0014

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912BV23R0014

Award Notifications

Agency published notification of awards for Sources Sought W912BV23R0014

Contract Awards

Prime contracts awarded through Sources Sought W912BV23R0014

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912BV23R0014

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912BV23R0014

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912BV23R0014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
Aug. 24, 2023
Last Updated By
tyler.l.godwin@usace.army.mil
Archive Date
Aug. 24, 2023