SOLICITATION NOTICE
Y -- T-7A EGRESS, F-35 CAMPUS HILL AFB, UT
- Notice Date
- 2/19/2025 6:20:03 PM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W912325RA009
- Response Due
- 3/5/2025 1:30:00 PM
- Archive Date
- 03/20/2025
- Point of Contact
- Melanie A. Dewing
- E-Mail Address
-
melanie.a.dewing@usace.army.mil
(melanie.a.dewing@usace.army.mil)
- Description
- The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for design-build (DB) construction services to be performed in support of the T-7A Egress Facility at Hill AFB, UT. The project is anticipated to require a one-story egress facility (approximately 12,000SF) for depot-level repairs for the new T-7 advanced pilot trainer campus. Major functional components for the egress facility include canopy storage and repair for 16 canopies, seat storage and repair for 32 seats, staging and storage, common area, and office space. The project will include utilities, pavements, parking (approximately 3,804SY), site preparation, site improvements and all necessary supporting facilities for a complete and usable facility. Additionally, the facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the magnitude of construction for the anticipated project is between $10,000,000 and $25,000,000. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236210 � Industrial Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1EB, Construction of Maintenance Buildings The solicitation is anticipated to be issued as a small business set-aside through the System for Award Management (SAM - www.SAM.gov) on or about 5 Mar 2025 with bids / proposals tentatively due 3 April 2025. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through SAM when updates are available. Requests for schedule updates may be ignored. Please DO NOT request a copy of the 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 a 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 anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor SAM for the solicitation to be posted, and for any posted changes or amendments. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and/or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). 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/a749b62ec425472e889fa02e581fee12/view)
- Place of Performance
- Address: Layton, UT, USA
- Country: USA
- Country: USA
- Record
- SN07346543-F 20250221/250219230032 (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 |