Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

Y -- USACE SPK DBB Construction � GBSD Software Sustainment Center (SSC) Module Storage Magazines (MSMs) - Hill AFB, UT

Notice Date
1/5/2023 5:09:02 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123823S0018
 
Response Due
1/20/2023 9:00:00 AM
 
Point of Contact
Seth Teasdale
 
E-Mail Address
seth.k.teasdale@usace.army.mil
(seth.k.teasdale@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of the Ground Based Strategic Deterrent (GBSD) Munitions Storage Magazines (MSM) at Hill Air Force Base (HAFB), Utah (UT). The project is anticipated to require the construction of two (2) new properly sized and configured site-adapted earth covered reinforced concrete Hayman Igloo Modular Storage Magazines (MSMs) or �igloos.� Each igloo is to measure 25 feet x 80 feet and be capable of storing 500,000 pounds of Class 1.1 munitions. The new MSMs at Hill Air Force Base (HAFB), Utah. The objective of this contract is to construct the required facility to meet the operational requirements of the US Air Force. The project will be constructed meeting the design and specifications criteria which include DOD Unified Facilities Criteria (UFC) 1-200-01, Air Force Instruction 31-205 Air Force Corrections System, Facilities Criteria 4-721-02F, the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines (UFAS/ADAAG), Antiterrorism/Force Protection (AT/FP) requirements and all applicable codes for seismic conditions. The Government anticipates construction work will begin immediately upon award and that construction will be performed from May 2023 through March 2024. All work must be complete by March 2024. In accordance with FARS 36.204(g) the magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The Government intends to solicit an Invitation for Bid (IFB) that will result in award of a Firm-Fixed Price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000 annual revenue. The Product Service Code (PSC) is anticipated to be Y1GA, Construction of Ammunition Storage Buildings. The solicitation is anticipated to be issued as a 100% Total Small Business Set-Aside through the Governmentwide Point of Entry (www.SAM.gov) on or about 20 January 2023 with bids tentatively due 21 March 2023. If the Government intends to conduct a pre-bid conference and/or site visit on or about 30 January 2023; the specific date, time, location, and access requirements will be identified in the solicitation. Please DO NOT request an updated schedule if the estimated dates are surpassed; the Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f09bca2a3cb485fa8ae5ea4143eaca5/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06557050-F 20230107/230105230106 (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.