Search Contract Opportunities

Repair/Reconfigure Bldg. 54, McConnell AFB, Kansas   4

ID: W912DQ24R4011 • 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

The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract to repair/reconfigure Building 54 to support Cyberspace Security and Control Systems (CSCS) Weapon System consisting of Network Operations Squadron (NOS) mission at McConnell Air Force Base, Kansas. The Government proposes to issue a firm-fixed-price type contract for this project. This requirement is an Unrestricted/Full and Open competitive acquisition: both small and large businesses are eligible to respond.

The scope of this Design-Bid-Build contract is to repair/reconfigure Building 54 located on McConnell AFB, Kansas. Relocate server room in order to provide expanded floor space and adequate HVAC/electrical systems with necessary redundancy. Reconfigure and relocate operations floor to support new CSCS missions, personnel, and equipment. Reconfigure existing support areas to better support mission needs and accommodate personnel efficiencies. Right size secure working areas, restrooms, and locker rooms. Repair finishes throughout repaired areas. Replace HVAC, electrical, and fire protection systems throughout the facility to comply with UFC's/Building Codes. Provide redundant HVAC and Electrical for critical areas of the facility. Repairs shall be in accordance with UFC 1-200-02, High Performance and Sustainable Building Requirements; UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings; and UFC 3-310-04, Seismic Design of Buildings.

Special construction requirements include the installation of raised floors throughout repaired/expanded operations floor, new server room, and operational support areas. Server room and critical supporting HVAC and electrical rooms shall be protected by a storm shelter. Repair roof and flashings as required to seal roof weather tight and patch holes where items are removed. Replace all rain leaders and reroute existing rain leaders to the exterior to the building. Replace fire alarm and fire protection systems to comply with UFC requirements. Provide Mass Notification System. Replace windows to comply with AT/FP standards. Install Government Furnished 500 kW generator. Install elevator in order to comply with ABA requirements. Project shall address security issues identified by the Air Force Mission Assurance Protection Team. Project shall be phased in order to keep existing server room and main communications room operational throughout construction.

Currently no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.

Currently, no organized site visit is scheduled for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation.

In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued as a Request for Proposal (RFP), full and open to all businesses. Submission requirements and evaluation procedures will be detailed in the solicitation. The RFP will result in the award of a single firm-fixed-price (FFP) construction contract.

The estimated performance period is 730 calendar days from date of Notice to Proceed (NTP).

Bid Bonds will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00, whichever is less.

Payment Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed (NTP) can be issued.

Proposals will be due on the day and time specified in the solicitation.

We anticipate release of the solicitation within the next 70 days. To ensure you do not miss this notice we recommend contractors register as interested vendors. If you register as an interested vendor, you will be automatically notified if there are any changes made regarding this notice, including when the actual solicitation is posted.

The solicitation will be available on or about 30 April 2024 and proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times.

The North American Industry Classification System (NAICS) Code for this project is 236220-Commercial and Institutional Building Construction with a Small Business Size Standard of $45,000,000.00. This solicitation is being issued as full-and-open for all businesses. Small Business Concerns are strongly encouraged to consider Joint Ventures (JV), Mentor-Protegee Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capabilities.

To view or download the solicitation requires registration at the SAM.gov website at https://sam.gov. Downloads and instructions are available through this website. Any amendments will only be available from this website. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website.

Prior to submitting a proposal, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site.

The point-of-contact for contractual questions is Jeri L. Halterman at phone 816-389-2198, or email: jeri.l.halterman@usace.army.mil or Alice M. Jeffres at phone 816-389-3074 or email: alice.m.jeffres@usace.army.mil.

Overview

Response Deadline
March 21, 2024, 11:00 a.m. EDT Past Due
Posted
Feb. 21, 2024, 2:31 p.m. EST
Set Aside
None
Place of Performance
McConnell AFB, KS 67221 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
80%
On 2/21/24 USACE Kansas City District issued Presolicitation W912DQ24R4011 for Repair/Reconfigure Bldg. 54, McConnell AFB, Kansas due 3/21/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Jeri L. Halterman   Profile
Phone
(816) 389-2198

Secondary Contact

Name
Alice Jeffres   Profile
Phone
(816) 389-3074

Documents

Posted documents for Presolicitation W912DQ24R4011

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DQ24R4011

Award Notifications

Agency published notification of awards for Presolicitation W912DQ24R4011

Contract Awards

Prime contracts awarded through Presolicitation W912DQ24R4011

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DQ24R4011

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DQ24R4011

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DQ24R4011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
April 5, 2024
Last Updated By
jeri.l.halterman@usace.army.mil
Archive Date
April 5, 2024