Similar Projects
Main Street East Side Sidewalk (I-15 Overpass to Pacific) - City of North Salt Lake
Infrastructure
Conception
$366,200 CJ est. value
North Salt Lake, UT 84054

Main Street East Side Sidewalk (I-15 Overpass to Pacific) - City of North Salt Lake
Infrastructure
Conception
$366,200 CJ est. value
North Salt Lake, UT 84054

Flight Test Apron Hill Air Force Base
Term Contract
Design
$5,000,000 to $10,000,000 est. value
Hill AFB, UT 84056

Burke Lane Subdivision
New Construction, Infrastructure
Design
$69,000,000 CJ est. value
Farmington, UT 84025

Maintenance Dock Expansion
Renovation
Post-Bid
$10,000,000 to $25,000,000 est. value
Hill Air Force Base, UT

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

UTTR CMCC at Hill AFB, UT
Results
$25,000,000 to $100,000,000 est. value
Clearfield, UT

Bonneville Shoreline Design and Construction
Results
UT

Station Park North Site Development
New Construction, Alteration
Construction
Farmington, UT 84025

Station Park North Site Development
New Construction, Alteration
Construction
Farmington, UT 84025

Alta Townhomes & Commercial Development
New Construction, Infrastructure - 9,481 SF
Pending Verification
$17,000,000 CJ est. value
Clearfield, UT 84015

Take 5 Oil Change / Bountiful
New Construction, Infrastructure - 1,400 SF
Pending Verification
$350,000 CJ est. value
Bountiful, UT 84010

Cynthia Way And Dorthea Way - City of North Salt Lake
Infrastructure
Conception
$416,250 CJ est. value
North Salt Lake, UT 84054

Well Pump Station
Infrastructure
Design
$900,000 CJ est. value
Farmington, UT 84025

Paving Requirement
Term Contract
Post-Bid
Hill Air Force Base, UT - Boulder, WY

Reported 03/28/2023 12:00 AM
Project Title

RFQ Contractor - USACE SPK Design Bid Build Construction - F-35 East Campus Infrastructure

Physical Address View project details and contacts
City, State (County) Hill Air Force Base, UT 84056   (Davis County)
Category(s) Commercial, Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Communication Building, Maintenance, Military Facility, Paving/Reconstruction, Runways/Taxiways, Sidewalks/Parking Lot, Site Development, Storage/Water Tanks, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications, Construction Start Expected 2024,
Bids Due View project details and contacts
Estimated Value $250,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 08/14/23
Owner View project details and contacts
Architect View project details and contacts
Description

The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement for construction of utility infrastructure systems to support the planned and future development of multiple facilities on the east side of Hill Air Force Base (AFB). The work includes the construction of taxiways, tow-ways, and associated airfield lighting systems; roadways, privately owned vehicle parking, government owned vehicle parking, sidewalks, and emergency vehicle circulation; pump houses, lift stations, and a communication information technology (ITN) node building; and the relocation of a tactical navigation (TACAN) facility, as well as, upgrades to various privately owned and government owned utility systems including water production (well), storage (water tank) and distribution; sanitary sewer, storm sewer, and industrial waste; electrical distribution and communications; natural gas, and compressed air. All facilities and infrastructure systems will be permanent construction in accordance with applicable Department of Defense Unified Facilities Criteria. The potential requirement may result in a solicitation issued approximately 14 August 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately April 2024. It is estimated that the potential requirement can be completed within seven hundred thirty (730) calendar days. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(iii), the Government currently estimates the magnitude of construction for this project to be between $100,000,000 and $250,000,000. The North American Industry Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration (SBA) is $45 million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NZ, Construction of Other Utilities. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aide for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including cost of materials. If no set-aside is made, the requirement is competed full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 pages with a minimum 10-point font size. Please provide the following information: 1. Company name, Unique Employer ID (UEI; previously DUNS #), address, point of contact, phone number, and email address. 2. Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the last six (6) years. Each example should include brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3. Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4. Bonding capability (in the form of a Surety Letter). Please submit all capabilities, statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by email to the Contract Specialist, Britanie Butler, at britanie.v.butler@usace.army.mil by 1000 / 10:00 a.m. (MST) Monday, 27 March 2023. Please include the Sources Sought Number, W9123823S0026 in the subject line. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Entrances, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Audio-Visual Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Rugs and Mats, Office Furniture, Seating, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, Facility Fuel Piping, Facility Fuel-Storage Tanks, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation, Airfield Signaling and Control Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents