Sentinel Environmental Permitting and Compliance Support, FE Warren AFB, WY
ID: W9128F24SM0012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Nov 16, 2023 8:36 PM
  2. 2
    Updated Nov 16, 2023 8:36 PM
  3. 3
    Due Nov 27, 2023 8:00 PM
Description

Sources Sought DEPT OF DEFENSE, DEPT OF THE ARMY is seeking Sentinel Environmental Permitting and Compliance Support at FE Warren AFB, WY. This service is needed to assist the Air Force Sentinel Systems Directorate in completing environmental requirements for ongoing planning, design, and construction efforts for Sentinel. The project includes up to 600 miles of utility corridors, 36 MAFs and/or LFs, and surveying approximately 7,300 acres of biological and 9,100 acres of cultural field. The contractor will be responsible for providing environmental permitting and compliance tasks for real estate acquisition and advancing the construction of Sentinel utility corridors and facilities. The project has a performance period of 365 calendar days from NTP. Interested contractors are encouraged to submit a narrative demonstrating their experience in NEPA design projects of similar nature.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Sources Sought - Ground Based Strategic Deterrent (GBSD) Consolidated Maintenance Facility (CMF), F.E. Warren AFB, Wyoming
Active
Dept Of Defense
Sources Sought - Ground Based Strategic Deterrent (GBSD) Consolidated Maintenance Facility (CMF), F.E. Warren AFB, Wyoming The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of a Ground Based Strategic Deterrent (GBSD) Consolidated Maintenance Facility (CMF) at F.E. Warren Air Force Base (AFB) in Wyoming. This facility is intended to support maintenance and operations functions related to the new Sentinel ICBM Program. The CMF will house flights, engineering spaces, labs, and administrative offices, as well as a service shop, warehouse, battery shop, and transporter/erector facility. The construction will include a two-story building with a slab-on-grade foundation, structural steel frame, insulated precast concrete walls, standing seam metal roof, and interior finishes. The project also involves site preparation, utilities, communications, pavements, site improvements, site demolition, and a generator. The facility will be constructed to DoD standards and will comply with DoD Antiterrorism (AT) and Operations Security (OPSEC) requirements. The estimated construction contract award is expected to be in the third quarter of fiscal year 2025. Interested contractors with bonding capability of at least $185M are encouraged to respond to this sources sought notice.
Air Force Civil Engineering Center Land Survey Equipment
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Air Force Civil Engineering Center Land Survey Equipment The Department of Defense is seeking information on firms that can provide land survey equipment compatible with existing Department of Defense equipment. This equipment is intended to support the Air Force Civil Engineer Center. The sources sought notice is primarily for market research to determine if there are firms that possess either the specific Trimble brand equipment listed in the attached draft statement of work (SOW) Appendix 1 or equivalent equipment that provides the same capabilities and functionalities. The equipment must be able to interface with the Trimble equipment listed in the draft SOW. Interested businesses are invited to provide a capability statement in response to this requirement. Prospective contractors must be registered in the System for Award Management (SAM) prior to contract award. The Government is considering different acquisition strategies, including an indefinite delivery indefinite quantity contract with a multi-year ordering period. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees. Contractors interested in providing these services should submit a written affirmative response that includes information such as business name, address, point of contact details, business CAGE Code and Unique Entity ID number, and business type based on NAICS 334519. Contractors should also indicate if they would propose as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture. Additionally, contractors should provide information on past projects completed for the same or similar items, including any Government contracts awarded for this type of requirement. Contractors should also indicate if their equipment is available on a GSA Schedule or another Government contract, and if it can operate/interface with the Department of Defense Trimble equipment listed in the draft SOW. Contractors should confirm if their equipment meets the salient characteristics identified in the draft SOW and if it contains any parts prohibited by DFAR 252.225-7007 or 52.204-25. Contractors should also indicate the number of systems meeting the salient characteristics that they can provide within a 12-month period. All responsible sources are encouraged to submit a capability statement response to this announcement. Responses must be received by 19 August 2024 at 9:00 AM central time and should not exceed 20 pages. The Government may or may not provide answers to questions submitted in response to this sources sought.
Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
Active
Dept Of Defense
The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: - Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. - Compliance with DOD anti-terrorism/force protection requirements. - Site preparation, including clearing, grubbing, and grading. - Utility connections for water, sewer, electrical, and mechanical services. - Installation of security, communication, and fire protection systems. - Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
Environmental Support Services (ESS) MATOC Jun 22,
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Environmental Quality (EQ) Support Services Program, ESS MATOC: The US Army Corps of Engineers is conducting market research for a potential Indefinite Delivery contract for environmental support services primarily in Alaska. The scope of this contract includes environmental conservation, compliance, pollution prevention, and operations and maintenance support for US Army Corps of Engineers customers, including the US Army, US Air Force, and non-DOD customers. The work will primarily be carried out in Alaska but may also include locations in Hawaii, Japan, Korea, and the Pacific Islands. The contract will cover a range of environmental services such as air quality management, hazardous waste management, remedial action operations, and maintenance, and environmental impact analyses. Interested vendors should submit a capability statement outlining their qualifications and experience in environmental conservation and related activities.
Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Active
Dept Of Defense
The Department of Defense seeks a contractor to construct the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) at F.E. Warren AFB in Wyoming. This project, with a correct solicitation number W9128F24R0034, involves building an 85,000 SF training facility that caters to the needs of multiple departments and security forces. The facility will be a mix of two-story and single-story structures, incorporating classrooms, administration areas, virtual training spaces, and high-bay areas for maintenance training. The successful bidder will work within a design-bid-build framework, responsible for delivering a fully functional facility, adhering to strict requirements specified in the Request for Proposal (RFP). The project entails constructing a structural steel frame building with concrete flooring, featuring a mix of exterior cladding options. Site development work includes clearing, grading, paving, and installing utilities. The facility must comply with DoD, Air Force, and base design standards, incorporating local materials when cost-effective. Applicants for this project should be aware that portions of the work involve Controlled Unclassified Information (CUI), requiring adherence to access restrictions. To obtain access to the restricted specifications and drawings, and to submit a proposal, vendors must follow the instructions mentioned in the solicitation and register with SAM.gov and Procurement Integrated Enterprise Environment (PIEE). Contact Brandon Landis at brandon.p.landis@usace.army.mil for access to the restricted documents, and ensure that your company's name and cage code are included in the subject line of the email. Proposals must be submitted before the deadline, with the evaluation of bids based on the criteria outlined in the solicitation. This project is expected to be completed within 1,095 days of the Notice to Proceed, and Performance and Payment Bonds are required. Vendors should be prepared to commit to a prompt start date, as a 10-day window is mandated after the Notice to Proceed is issued.