Similar Projects
Reported 02/11/2023 12:00 AM
Project Title

RFQ D/B - Aircraft Maintenance Facility Building. 649

Physical Address View project details and contacts
City, State (County) Grand Forks AFB, ND 58205   (Grand Forks County)
Category(s) Professional Services
Sub-Category(s) Inspection Services
Contracting Method Competitive Bids
Project Status Bidding,
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Sources Sought: W9128F22SM040 General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Notice Details. The U.S. Army Corps of Engineers (USACE), Omaha District (CENWO), is conducting market research to identify sources (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 $25M. The responses to the sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Project Scope. Anticipated construction site: Grand Forks, North Dakota. Renovate existing hangar (Building 649) for use as an interim Aircraft Operations Facility AOF) and long-term Aircraft Maintenance Facility (AMF), Ground Data Terminal (GDT) pads, and rehabilitate existing airfield pavements utilizing conventional design and construction methods to accommodate the Disaster Resiliency Program (DRP) mission sets. The existing hangar Building 649) is a large three bay hangar that will be used as an interim Aircraft Operations Facility AOF) and long-term as an Aircraft Maintenance Facility (AMF). It is comprised of (3) tow in/tow-out aircraft hangar bays with horizontal sliding pocket doors and is constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with CMU exterior and standing seam metal roof system. The AMF will include anti-skid hangar floor coating, installation of an ignitable liquid drainage flooring assembly (ILDFA), aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar. The facilities include the installation of intrusion detection systems and cybersecurity measures for facility-related systems. Airfield pavements in support of the AOF/AMF will be designed "light-load" type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). The GDT equipment pads will be installed and sited to support line of sight operations for certain aircraft. Supporting facilities include the DRP complex primary infrastructure buildout to include the complex-wide site preparations, primary utility mains, water storage, stormwater system, concrete pads with shore power capability for squadron operational equipment placement, and antenna support structures for ground data terminal equipment, and an electrical and communications primary and redundant system network. The project includes all individual building utility service connections, site preparation, apron and taxiway edge lighting, communications, privatized utility connection fees, fire detection and suppression systems, and pavements. The facilities will meet DoD requirements and security protocols for controlled spaces with security sensors and alarms. The DRP complex will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements: Raised flooring as required, and controlled space specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities. Estimated Construction Cost (ECC): The current ECC is between $25,000,000 and $100,000,000. Ref. FAR 36.204 and DFARS 236.204 Disclosure of Magnitude of Construction Projects. 4. Submission Details. All interested, capable, qualified (under NAICS code 236220 "Commercial and Institutional Building Construction", related size standard is: $39.5M), and interested contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Responses to this Sources Sought notice must be submitted electronically (via email) only, with SUBJECT: Sources Sought - Aircraft Maintenance Facility Bldg. 649, Grand Forks, North Dakota. Please email to Michele Renkema, Contract Specialist, michele.a.renkema@usace.army.mil before 2:00 pm CST, Friday, 10 February 2023. Responses to this Sources Sought shall be limited to ten (10) pages; front and back cover pages do not count towards page restriction and shall include the following information in your response/narrative: 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 $25M. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to the sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, may be published on www.SAM.gov. However, responses to this notice will not be considered adequate responses to a formal synopsis. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract. 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 00 - Procurement and Contracting Requirements.
Division 01 - General Requirements.
Division 02 - Existing Conditions.

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