Sources Sought Notice Identification Number: W9128F22SM041
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.
Responses are to be sent via email to Scott.Dwyer@usace.army.mil no later than 2:00 p.m. CST, 8 September. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.
Project Description:
This is a fully designed project. The construction acquisition method is design-bid-build.
Construct a multi-story Integrated Command Center for the new Ground Based Strategic Deterrent Intercontinental Ballistic Missile mission at F.E. Warren Air Force Base. The majority of the facility will meet Intelligence Community Directive 705 technical standards, include mitigation measures for direct hostile threats, emergency power, High-altitude Electromagnetic Pulse, and Chemical, Biological, Radiological protection measures.
Project will include all site improvements, utilities, pavements, communications, electrical work, and all associated support facilities to provide a complete and useable facility, to include a duct bank to ITN. This mission critical, highly secure facility will be used to provide status of launch centers and launch facilities for the tailored leadership picture and direct the day-to-day activities of the Wing Operations, Maintenance, Security Forces and Cybersecurity personnel operating within the missile field. Program software and Key and Code change capability within this facility allows it to be the primary hub to transfer data on network layers with safe, secure operations.
This facility accommodates a crew of 44 personnel as a 24/7 operational facility. In addition to audio/visual, commercial, NIPR, and SIPR communications, there will be a Higher Authority Communication systems and interconnectivity with senior leadership associated with this facility. This project is authorized a generator, per AFI 32-1062. The facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense Antiterrorism/Force Protection requirements per Unified Facilities Criteria 4-010-01.
Submission Details:
All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.
Please include the following information in your response/narrative:
- Company name, address, and point of contact, with their phone number and email address
- Company CAGE code and UEI code.
- Business size to include any official teaming arrangements as a partnership or joint venture
- Details of similar projects within the previous 5 years and state whether you were the Prime or Subcontractor
- Describe how the above work is similar to this requirement
- Were the similar projects identified above completed on time and within budget
- Project references (including owner with phone number and email address)
- Project cost, term, and complexity of job
- Information on your bonding capability – PROVIDE YOUR SINGLE & TOTAL BONDING CAPACITY
Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.
The estimated project duration is 800 days.
In accordance with DFARS 236.204, the magnitude of this project is expected to range between $100,000,000 and $250,000,000.
Telephone inquiries will NOT be accepted.
Estimated date of solicitation is March of 2023.
Thank you for your assistance in helping complete this market research survey.