Similar Projects
RFQ D/B - Hill Air Force Base B225 Area D Renovation
Demolition, New Construction, Renovation, Infrastructure
Design
$100,000,000 CJ est. value
Hill Air Force Base, UT 84056

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

Hill Air Force Base Composite Aircraft Antenna Calibration Facility (CAACF)
New Construction, Infrastructure - 32,000 SF
Bidding
$100,000,000 CJ est. value
Hill Air Force Base, UT 84056

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

Two-Phase Design-Build Construction of The Ground Based Strategic Deterrent (GBSD) Training and Collaboration Center (TACC)
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value

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

RFQ - Hill AFB Construction MATOC
Term Contract - 20,000 SF
Bidding
$100,000,000 CJ est. value
Hill Air Force Base, UT 84056

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

RFQ - Electrical Preventative Maintenance (EPM) Phase 3 Services
Term Contract
Bidding
Hill Air Force Base, UT 84056

Indefinite Delivery Contract (Idc) For Vertical Architectural-Engineering (A-E) Services Which Typically Support Military Design And Interagency & International Services (Iis) For U.S Army Corps Of En
New Construction
Post-Bid

Hill AFB - Multiple Award IDIQ Minor Construction
New Construction, Renovation, Alteration
Post-Bid
$500 to $50,000 est. value
Hill AFB, UT

USACE Spk DB Construction - Building 225 Area D Renovation - Hill AFB, UT
Renovation
Post-Bid
$25,000,000 to $100,000,000 est. value
Hill Air Force Base, UT 84056

Demo Building 134
Demolition, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Hill Air Force Base, UT 84056

Repair East Apron B5009- Phase D
Build-out, Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
Hill Air Force Base, UT 84056

RFQ D/B - USACE SPK DB Construction - Building 225 Area D Renovation
Demolition, New Construction, Renovation, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Hill Air Force Base, UT 84056

Last Updated 02/24/2023 10:57 AM
Project Title

RFQ Contractor - Plating Shop Renovation

Physical Address View project details and contacts
City, State (County) Hill Air Force Base, UT 84056   (Davis County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected March 2024
Bids Due View project details and contacts
Estimated Value $150,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This Sources Sought Notice is being issued for market research purposes ONLY to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to renovate ten (10) industrial processes/processing lines located in the buildings 505 (Plating Shop) and 507 at Hill AFB, Utah. The work includes removal and replacement of chemical process tanks, equipment, piping, and controls for the following 10 processes/processing lines: Electroless Nickel; Cadmium Plating; Chrome and HVOF Strip; Chrome Plating; Anodize/Alodine/Iridite (Type II and Type III); Zinc Nickel Plating; Nickel Sulfamate Plating; Phosphate, Passivate and Titanium Pickle; Fluorescent Penetrant Inspection (FPI); and Temper Etch and Aqueous Degrease. The project is planned to be executed in four (4) phases to ensure the plating shop remains fully operational throughout construction. It is estimated that construction of the potential requirement can be completed within 55 months. The potential requirement may result in a solicitation issued approximately August 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-priced contract. In accordance with Federal Acquisition Regulation (FAR) 36.204(g) the Government currently estimates the magnitude of construction for this project to be between $100,000,000 and $150,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2EZ, Repair or Alteration of Other Industrial Buildings. 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 aside 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 fifteen percent (15%) of the cost of the contract, not including the cost of materials. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to construct the Fort Hunter-Liggett Wastewater Treatment Facility. Other than small business are encouraged to express interest and submit capability statements as well. If no set aside is made, the requirement is competed with 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. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number (EIN; previously DUNS #), address, point of contact, phone number, and e-mail 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 past six (6) years. Each example should include a 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, Serviced-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 e-mail to the Contract Specialist, Seth Teasdale, at (seth.k.teasdale@usace.army.mil) by 1000/10:00 am (MT) Wednesday, 22 March 2023. Please include the Sources Sought Notice number, 'W9123823S0021' 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 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
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, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, 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 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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