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

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

Townplace Suites and Monterey West
New Construction, Infrastructure - 51,000 SF
Design
$75,000,000 CJ est. value
Syracuse, UT 84075

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

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

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

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

Layton City Trail Improvements
Infrastructure
Results
Layton, UT 84040

Layton City Trail Improvements
Infrastructure
Results
Layton, UT 84040

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

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

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

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

Last Updated 12/15/2023 02:05 AM
Project Title

RFP D/B - USACE SPK Design Build Construction - T-7A Egress Facility - Hill AFB, UT

Physical Address View project details and contacts
City, State (County) Hill Air Force Base, UT 84056   (Davis County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids, Design-Build Firm to Subcontract
Project Status Construction start expected January 2025 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $25,000,000 [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 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: Design and construct 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. This design shall conform to criteria established in the Air Force Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no Air Force standard facility design for this project, and there is no applicable standard design from United States Army Corps of Engineers. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. Facility is sited in accordance with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain. The anticipated requirement may result in a solicitation being issued approximately May 2024. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately December 2024. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the Government currently estimates the magnitude of construction for this project to be between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210 - Industrial Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1EB, Construction of Maintenance 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, 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. 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. 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: Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact, phone number, and e-mail address. 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.). Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). 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, Heidi May, at heidi.may@usace.army.mil by 0900 / 9:00 AM (PST) Thursday, 12 Jan 2024. Please include the Sources Sought Notice number, 'W9123824S0008' 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

12,000 SF.
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, Earthwork Methods, 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