29-Aug-2025: Clarifying document posted for information only. This document addresses recent questions regarding the offer due date and potential site visit. The offer due date remains as previously amended.
28-Aug-2025: Issuing Amendment to delete the PIEE requirements in the SAM.gov description that were not present in the solicitation.
26-Aug-2025: Issuing Amendment to formalize the soliciation extension reflected in SAM.gov.
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for to complete the removal of two (2) earth covered reinforced concrete modular Munitions Storage Magazines (MSMs) at Hill Air Force Base (HAFB), UT. These two existing buildings are numbered 1411 and 1432 and combined equal 4092 sf total. The construction type is reinforced concrete. There is a finish membrane waterproofing layer buried between the concrete structure and finish grade. The site shall be leveled out and graded to match the existing adjacent grades in a manner that will not cause excess stormwater runoff pooling. Areas left after demolition shall be fully restored to match existing adjacent grades and vegetation specified by the reseeding requirements for Hill AFB
Included in the demolition are access roads, 6” thick asphalt pavement approach aprons, lightning protection, utilities, site improvements, communication support, and all other necessary support. Additional demolition will include, but is not limited to, the abatement/removal of asbestos containing materials (ACM) and other regulated materials (ORM), disconnect/capping of utilities, disposal of all debris materials, and restoration of the site to a specified condition. Following demolition, the Contractor shall be responsible for restoring the work site with respect to grading and proper drain
The Government estimates the requirement can be constructed within three hundred and sixty-five (365) calendar days. If market conditions indicate this estimate may be unrealistic, respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice.
The potential requirement may result in a firm-fixed-price solicitation issued approximately end of June 2025. If solicited, the Government intends to award the contemplated requirement as a fixed-price contract by approximately September 2025.
The Government intends to solicit and award using lowest price technically acceptable source selection process, as outlined in Federal Acquisition Regulation (FAR) Part 15, Defense FAR Supplement (DFARS) Part 215, DFARS Procedures, Guidance, and Information (PGI) Part 215, Department of Defense (DoD) Source Selection Procedures (SSP) (dated 20 August 2022), Army FAR Supplement (AFARS) Part 5115, AFARS Appendix AA, Army Source Selection Supplement (AS3) (dated 28 November 2017), and USACE Acquisition Instructions (UAI) Subpart 5115.3.
In accordance with Federal Acquisition Regulation (FAR) 36.204(e) the Government currently estimates the magnitude of construction for this project to be between $500,000.00 and $1,000,000.00.
The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 238910, Site Preparation Contractors. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $19,000,000.00 annual revenue.
The Product Service Code for the potential requirement is anticipated to be P400, Salvage- Demolition of 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 twenty-five percent (25%) 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 will be required to perform the percent of work identified in the solicitation under FAR 52.236- 1, Performance of Work by the Contractor.
All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines.
USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor SAM for the solicitation to be posted, and for any posted changes or amendments.
The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.