Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2021 SAM #7059
SOURCES SOUGHT

Y -- STAGE PROCESSING FACILITY, VANDENBERG AFB, CA

Notice Date
3/26/2021 2:30:36 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21R0018
 
Response Due
5/14/2021 11:00:00 AM
 
Archive Date
05/29/2021
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
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 Stage Processing Facility at Vandenberg AFB, CA Construct a 1,519 SM (16,352 SF) single story Stage Processing Facility at Vandenberg AFB to support Ground Based Strategic Deterrent (GBSD) test operations. The primary facility will accommodate a missile maintenance crew of 5 part time personnel, a rail system to process Stage 1 and Stage 2/3 combinations or a full booster, and shall be sited for HD 1.3 explosives. The project will consist of the steel core and corrugated metal shell structure with concrete foundations, electrical/mechanical service and distribution components/systems, water and sewer, fire protection, lightning protection, security and communications systems. A 5 ton bridge crane will operate over the high bay area of the facility where the weapon system transport semi-tractor and trailers will back up to the booster rails. A Safe and Arm Test Chamber Area (approximately 30sf) is required to test Propellant Actuated Device (PAD) items prior to installation on the missile. This facility will be located within a secure boundary and built to appropriate Anti-terrorism/force protection standards. Site improvements include clearing, grubbing, grading, demolition, as applicable, paving, walks and storm drainage. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. 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 Criterial 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. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. BACKGROUND: A GBSD processing facility is required to support the GBSD testing activities scheduled to start in FY23 without interruptions to the Minuteman III (MMIII) test launch schedule. The explosive-sited facility is required to assemble and install critical mission abort equipment in the new GBSD Intercontinental Ballistic Missiles (ICBMs) prior to test launch Minuteman III (MMIII) has a similar 546 SM (5884 SF) facility for processing missiles for test launch and due to the space limitations, the differences in security levels, rails and support equipment, and conflicts with launch schedules for the next ten years, GBSD cannot use the same facility. The current facility does not have adequate capacity to support the overlap of both missions. The type of set-aside decision to be issued will depend upon the responses to this sources 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. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(i), the estimated magnitude of this project is: Between $10,000,000 and $25,000,000. The total contract performance period is 780 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� Offerors 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 three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years.� Response MUST demonstrate experience in new construction, structural steel, concrete foundations, fire protection AT/FP requirements, 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 $13,000,000. Lastly, one (1) project must have occurred on a 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 May 15, 2021.� 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97d0cea7220a4383b2889e0b6223175f/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN05954939-F 20210328/210326230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.