A-E Design Services - Air Force B-21 Bed Down
The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330, Engineering Services. This Sources... The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330, Engineering Services. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No SF330's are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR SF330's, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Kansas City District seeks qualified Architect-Engineering (A-E) firms interested and capable of providing an array of design services to execute projects in support of Air Force B-21 mission, including the design of hangers and associated facilities. The work will be located at three locations: Ellsworth Air Force Base (AFB), Dyess AFB and Whiteman AFB. The Government is contemplating an unrestricted A-E Multiple Award Indefinite Delivery Contract (MATOC) synopsis. The estimated magnitude of this MATOC is $220M. It is anticipated that this synopsis will be published in the Federal Business Opportunities in the fall of 2019. Some aspects of the design effort may be classified, therefore, the A-E must have personnel assigned to those tasks that have SECRET Clearance or are capable of receiving a SECRET Clearance. Task Orders issued under this MATOC will support the B-21 Air Force Bed Down. Task Orders will include the design of facilities to include, but not limited to: (1) Corrosion control/fuel cell maintenance hanger, (2) Fighter hanger/AMU Facility, (3) Fire Station, and (4) Flight simulator/training facility. Technical services may include preparing standard designs for new Air Force Bed Down, preparing full designs of new hangars and facilitates, or design of existing facility renovations or reconfigurations. Other services may include planning, developing cost estimates, technical reviews, Design Build or Design Bid Build packages, and other design related services in support of the program. The AE must provide the technical expertise, resources, and support required to provide Design documents as prescribed herein. The technical and functional requirements of each facility type must be fully researched and integrated into all deliverable documents. Facilities types that may include but are not limited to those listed below: • Corrosion Control/Fuel Cell Maintenance Hangar • Fighter Hangar/AMU Facility • Fire Station • Flight Simulator/Training Facility The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. The following information is requested in this Sources Sought (SS) announcement with a limit of ten (10) pages for your response: 1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. 2. Firm's interest in providing a SF330 on the pending synopsis once issued. 3. Experience for B21 Air Force Bed Down assignments: Provide evidence of capabilities to perform work comparable to that required for this project (e.g. design of an Air Force hangar, experience with design that allows for rapid construction, design of facilities requiring SECRET or higher classification, design of Air Force maintenance facilities such as AMUs or AGEs. ). Provide three recent relevant/comparable projects (completed within the last 10 years). Include the project name; dollar value of the project; description of the key/salient features of the project and those that demonstrate similarity to the work required under this MATOC; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets), and delivery method (e.g., Design-Bid-Build, Design-Build, etc.). 4. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including DUNS number and CAGE code. Please send your Sources Sought responses via email to william.j.hill@usace.army.mil. Submissions should be received by 12:00 p.m. CDT, March 11, 2019. This sources sought is for market research purposes only and IS NOT A REQUEST FOR AN SF330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »