SOURCES SOUGHT
Y -- Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
- Notice Date
- 11/25/2025 9:50:34 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F26SM002
- Response Due
- 12/30/2025 11:00:00 AM
- Archive Date
- 01/14/2026
- Point of Contact
- Ariel Vogan, John Solomon
- E-Mail Address
-
ariel.e.vogan@usace.army.mil, john.s.solomon@usace.army.mil
(ariel.e.vogan@usace.army.mil, john.s.solomon@usace.army.mil)
- Description
- Sources Sought Notice Identification Number: W9128F26SM002 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Northwestern Division, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $123M. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to Ariel Vogan at ariel.e.vogan@usace.army.mil and courtesy copy John Solomon at john.s.solomon@usace.army.mil not later than 2:00 PM CST, 30 December 2025. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. Please include the Sources Sought Notice Identification Number in the Subject line of any email submission. MAGNITUDE OF CONSTRUCTION: Disclosure of the magnitude of construction, as prescribed in DFARS 236.204, is between $100M and $250M. PROJECT NAME, LOCATION AND DESCRIPTION: CONSTRUCTION OF THE GROUND BASED STRATEGIC DETERRENT (GBSD) SENTINEL CONSOLIDATED VEHICLE MAINTENANCE COMPLEX (CVMC), MINOT AFB, ND. The upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP). Construction will consist of two slab-on-grade buildings at Minot AFB, ND. The first is identified as the Vehicle Maintenance Facility, a primarily be one story facility with a second-floor mechanical mezzanine with an approximate square footage of 88,000 SF. The second is identified as the Vehicle Operations Facility, a single story facility with an approximate square footage of 28,000 SF. The new facilities will include electrical; water; sewer; heating, ventilation, and air conditioning (HVAC); site work and site paving; fencing; landscaping; communications; and other utility expansions as required to serve a complete and usable facility. Spaces within the buildings include vehicular work bays supporting a variety of different vehicle types, supporting service rooms, parts spaces and distribution spaces, and administration office areas, including general circulation, mechanical/electrical/communications rooms and mezzanine storage. Construction will also consist of utilities, demolition of an existing building (B425), substantial pavement for parking and circulation, and additional site improvements. Phasing of building construction and building demolition will be required. This facility will be designed as permanent construction in accordance with Department of Defense (DoD) UFC 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. This project is anticipated to be subject to Cybersecurity Maturity Model Certification (CMMC), Level 2 pursuant to DFARS Clause 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. Firms will need to ensure they are properly certified. Failure to meet the CMMC, Level 2 will make an offer ineligible for award. Project Period of Performance: 920 calendar days from construction Notice to Proceed (NTP). TENTATIVE CONSTRUCTION CONTRACT AWARD ANTICIPATED FOR FISCAL YEAR 2027. Submission Details: All interested, capable, qualified under the North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction, and responsive firms are encouraged to reply to this notice request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of a similar nature as described above. Narratives shall not exceed 12 pages in length. Please submit your responses via email. Please include the following information in your response/narrative: Company name, address, and point of contact, with phone number and email address Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI) number Business size to include any official teaming arrangements as a partnership or joint venture Details of similar projects and state whether you were the Prime or Subcontractor Start and end dates of construction work Project references (including owner with phone number and email address) Project cost, term, and complexity of job Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS (BOTH SINGLE AND AGGREGATE) Briefly describe your firm�s current status regarding the CMMC process. This includes, but is not limited to, whether you are actively working towards certification at a specific level or have already achieved CMMC Certification. If certified, please indicate the achieved level. Details on similar projects with scope and complexity. In addition, projects should identify experience with the following within the past 10 years. Construction of clear-span storage, maintenance, and/or hanger facilities (motorpool, large vehicle storage, large bay facility, etc.) with an operational service area of approximately 60,000 square feet. Construction of facilities whose primary purpose includes the maintenance of vehicles and/or aircraft. Construction/renovation of facilities requiring escorting when and around secure areas. Construction/renovation of facilities on a DoD Military Installation. Construction/renovation of facilities that are partially occupied. Construction/renovation of facilities that require construction phasing in order to facilitate shared occupancy. Abatement and/or remediation of asbestos, lead based paint, and/or other hazardous materials. Responses will be shared with Government personnel and the project management team on a need-to-know basis, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $123M. ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE THIRD / FOURTH QUARTER OF FISCAL YEAR 2027. Telephone inquiries will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/30eb8cd88c83411ab2b01e73be818275/view)
- Place of Performance
- Address: FE Warren AFB, WY, USA
- Country: USA
- Country: USA
- Record
- SN07652068-F 20251127/251125230042 (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 |