1. This is a Request for Pre-Qualification Submissions only. The U.S. Army Corps of Engineers, Tulsa District (SWT) is requesting submissions to pre-qualify firms for the construction of a Software Integration Lab (SIL). This notice does not constitute a commitment by the U.S. Government. All information submitted in response to this announcement is voluntary and the U.S. Government will not pay for information requested.
2. Background: Tinker AFB is in Midwest City, Oklahoma and serves as the largest air logistics complex (ALC) for the Air Force Materiel Command. The ALC’s mission encompasses depot maintenance, product support, services, and supply chain management, as well as information support for 31 weapons systems, 10 commands, 93 Air Force bases (AFBs), and 46 foreign nations. Tinker AFB currently supports depot maintenance for multiple USAF aircraft and has been designated as the source of repair for the depot maintenance of a new aircraft. The SIL will be located in Building 9201 (B9201), an 810,089 SF facility that was constructed in 1999 and served as a former General Motors paint plant prior to being acquired by Tinker AFB. Multiple missions and operational functions will reside in B9201 upon completion of its phased renovations. The facility will also contain a cafeteria to serve as the primary dining facility for employees working in B9001 and B9201. The scope of work for this particular action consists of renovating an approximately 293,868 SF area in the eastern-most portion of B9201, between grid lines 22 and 33, into a Software Sustainment Program Office. The first phase of this two-phase project for this area was recently completed and primarily addressed extensive demolition, utility preparation, administrative office spaces and conference rooms, server rooms, a dock/receiving area, and network infrastructure related activities. This effort is for the second phase of the project and will include renovating the remainder of the ground floor, the entire second floor, and a portion of the third floor all to support program software sustainment and integration lab requirements.
3. Project Solicitation: This project solicitation will consist of two phases:
a. Phase I – Pre-Qualification of Offerors
This Request for Pre-Qualification submissions is Phase I. SWT will evaluate the pre-qualification submissions based on the evaluation criteria set forth below. The Government may conduct an information session via MS Teams for interested Offerors prior to the receipt of pre-qualification submissions. If offered, a separate announcement will be issued on the Contract Opportunities webpage (https://sam.gov/) to specify the date and time and provide MS Teams information.
b. Phase II – Requests for Proposals from Pre-Qualified Offerors
Only those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) to submit technical and pricing proposals in Phase II. The scope of work for this fully designed action is comprised of renovating an area in the eastern-most portion of an existing facility (B9201 – approximately 293,868 SF of 810,089 SF, 36% of facility space), into a Software Sustainment Program Office. This effort will include the remainder of the ground floor, the entire second floor, and a portion of the third floor all to support program software sustainment and integration lab requirements. Repairs and modifications to the existing building will be undertaken to meet the program, security, and acoustic requirements of the project. Elevator work for both passengers and freight will be executed to complete the access requirements to the second and third floor areas. Construction of a new radar dome with equipment both internal and external to the facility. Additionally, construction of an exterior fire escape staircase per code is included. Facility work includes but is not limited to: Secure Areas/Controlled Areas addition and/or repair of walls, ceilings, doors, floors, lighting, offices, vestibules, hallways, shipping/receiving area, mechanical/electrical rooms, communications equipment rooms, storage areas, break rooms, restrooms, conference/training room areas, to support 650 program office and supporting personnel; HAZMAT inspection and mitigation (if discovered). The facility will be designed as permanent construction in accordance with the Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01 General Building Requirements, and UFC 1-200-02 High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated duration of the project is 912 calendar days. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is $100,000,000 and $250,000,000.
4. Qualification Criteria: The Offeror shall submit sufficient documentation to allow SWT to evaluate its capabilities with the qualification criteria listed. Offerors will be evaluated on the following criteria:
a. Security Clearance:
- Offerors must have a U.S. Facility Clearance Level (FCL) of CONFIDENTIAL. The solicitation specifications and design will be released ONLY to Offerors who possess a current U.S. Facility Clearance Level (FCL) of CONFIDENTIAL to ensure that all Controlled Unclassified Information (CUI)/Classified documents are controlled and released only to Offerors with the appropriate security clearance. The procurement will require any interested Offerors to complete and sign the Controlled Unclassified Non-Disclosure Agreement. All Controlled Unclassified Information must be handled in accordance with the National Industrial Security Program Manual (NISPROM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 522.22-R).
- Security Qualification of Offerors. The Offerors will be required to submit for evaluation documentation that establishes each Offeror’s security qualification, which must be in effect and valid at the time of submission of the documentation. The Government will validate and determine the Offerors’ security qualification before the solicitation specifications and designs are released to the Offerors.
- Requests for Proposals from Qualified Offerors. Only those Offerors that meet the security requirement will be allowed to participate in submission of their technical and price proposals under this solicitation.
Note: To be eligible and to receive an award, the Offeror’s Confidential Clearance must be in effect and valid at the time of award.
The Offeror shall guarantee the completed unit will be ready for accreditation. The Offeror will assist with the proper accreditation paperwork and any necessary finishing work that is required to ensure accreditation and assist the end user in obtaining accreditation. Further, the Offeror will be responsible for providing, at no additional charge, any modifications to the Software Integration Lab structure as may be necessary to achieve accreditation at the time of assembly, as well as for the physical items utilized for one full calendar year from date of delivery/turnover.
The Offeror will guide the US Government on the entire process with the accreditation package as part of the Accreditation guarantee.
5. Detailed Instructions:
a. No more than five (5) pages in length consisting of a cover letter and paragraphs addressing criteria described herein.
b. Project examples and associated photographs, as well as the security qualification documentation shall not be included in the five-page limitation described above.
c. Any additional information relevant to this requirement, including the security qualification documentation requested above, that would aid the Contracting Officer in determining a firm qualified to perform this requirement will be permitted.
d. Provide an electronic submission in PDF format. PDF shall be book marked with criteria headings as described above.
e. Submissions that are missing the minimum required information or otherwise do not comply with the submission requirements as stated herein may be eliminated from consideration at the Contracting Officer’s discretion and determination.
6. Closing Deadline for Submissions: Proposals are not due at this time. A Request for Proposal (RFP) will be issued to the firm(s) found most highly qualified for this requirement.
YOUR RESPONSE IS DUE NO LATER THAN TUESDAY, 24 JUNE 2025 at 2:00PM CST.
Please submit your responses to Mr. Brian Welch at brian.j.welch@usace.army.mil and Ms. Julie Hill at julie.s.hill@usace.army.mil.