California Bids > Bid Detail

Beale Air Force Base Air Crew Readiness

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159011517582562
Posted Date: Feb 16, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/24041d8428...
Follow
Beale Air Force Base Air Crew Readiness
Active
Contract Opportunity
Notice ID
W912QR-24-AFBAR-BEALE
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 02:29 pm EST
  • Original Response Date: Mar 04, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Beale AFB , CA 95903
    USA
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.





This Design/Bid/Build construction contract will consist of a Facilities Sustainment, Restoration, and Modernization (FSRM) Funded renovation project and an Unspecified Minor Military Construction (UMMC) funded addition project to B1232 at Beale Air Force Base, CA. Project entails renovation of roughly 1,961 square feet (SF) (182 square meters) within B1232, including metal stud and gypsum board interior walls, interior finishes, heating, ventilation, and air conditioning (HVAC), and electrical and communications systems. The renovated areas will provide space for 940 ARW aircrews, which include kitchens, restrooms, administrative space, and dining/briefing areas. This project includes all mechanical, electrical, civil, and structural repairs for a complete and usable facility.





The UMMC funded addition to B1232 includes restrooms, crew quarters, and services rooms and is approximately 5,000 SF. Project will consist of concrete foundation and floor slab, steel frame, standing seam metal sloped roof, metal stud backup and brick veneer, metal stud and gypsum board interior walls, and interior finishes. An associated aircrew vehicle parking area will also be constructed adjacent to the flightline and new addition. Project to include utilities, site improvements, communications infrastructure, signage, lighting, and all necessary supporting work for a complete and usable facility.





Contract duration is estimated at 440 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business contractors should respond to this survey by email on 4 March 2024 by 2:00 PM Eastern Time.





Responses should include:





1. Identification and verification of the company’s small business status.



2. Contractor’s Unique Identifier Number and CAGE Code(s).



3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.



4. Descriptions of Experience – Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.








  1. Projects similar in scope to this project include:



New construction and/or renovation of barracks, hotels, and/or administrative type facilities.





b. Projects similar in size to this project include:



Projects 3,000 SF or greater.





c. Based on the information above, for each project submitted, include:






    1. Current percentage of construction complete and the date when it was or will be completed.

    2. Scope of the project.

    3. Size of the project.

    4. The dollar value of the construction contract and whether it was design-bid build or design-build.

    5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.

    6. Identify the number of subcontractors by construction trade utilized for each project.







5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses to Charity Mansfield at charity.a.mansfield@usace.army.mil. If you have questions, please contact Charity Mansfield at 502-315-6925 This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 02:29 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >