USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
ID: W9123825R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 11:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.

Files
Title
Posted
The document outlines the ECI Amendment 002 related to the F-35 T-7A East Campus Infrastructure project managed by the USACE Sacramento District and MBI-HZ JV. It details multiple revisions to construction drawings and specifications, primarily shifting responsibilities from the Prime Contractor to American Water for accessing the golf course pond and plumbing modifications. Key revisions include adjustments to various drawings indicating the ownership of infrastructure by the North Davis Sewer District (NDSD), modifications in the water tank design, and updates in demolition and insulation specifications to ensure compliance and coordination with city services. Additionally, new appendices include agreements related to City Light & Power service connections and inspection reports for hazardous materials. The primary purpose of the amendment is to clarify roles and adapt project particulars to align with updated requirements reflecting safety and regulatory compliance within the context of federal and state-funded projects.
Mar 26, 2025, 8:05 PM UTC
The document outlines the RTA (Ready to Advertise) Amendment 002 specifications and drawings for the F-35 and T-7A East Campus Infrastructure project at Hill Air Force Base, Utah, as managed by the U.S. Army Corps of Engineers. It details the installation of a temporary construction access road, security fencing, and various utility work required for the project's completion. Specific plans include the removal and disposal of existing infrastructure, site grading, and the establishment of contractor access routes. The plans stipulate coordination with American Water for the construction of a water tank access road and necessitate adherence to local regulations concerning construction activities. The document emphasizes the importance of environmental protection, safety, and project logistics. Key personnel identified include project managers and engineers who will oversee implementation and ensure compliance with the outlined requirements. The project’s criticality lies in enhancing the operational capabilities of the air force while ensuring secure and efficient infrastructure development at the base.
This document pertains to obtaining a specific file titled "Amendment 002_PN502671_ECI_RTA Specifications_2025 03 24" via the Procurement Integrated Enterprise Environment (PIEE), with instructions available on the System for Award Management (SAM). It emphasizes the importance of this document for those involved in federal government contracts. Should individuals encounter difficulties accessing the file, they are directed to contact three individuals at the US Army Corps of Engineers (USACE), identified by their email addresses. The topic underscores procedural guidance in acquiring necessary documentation related to RFPs or grants, ensuring stakeholders are informed on how to proceed effectively. The communication reflects established protocols for navigating federal contracting resources and points to support channels for troubleshooting access issues.
This document outlines the solicitation provisions for a competitive procurement utilizing the Lowest Price Technically Acceptable (LPTA) method to select the most advantageous proposal. Offerors must submit comprehensive proposals that include a cover sheet, signed Standard Form 1442, evaluation factors, bonding letters, and representations/certifications. Proposals will be graded in three volumes: price factor, past performance, and technical approach, including small business participation. Key evaluation criteria require past performance on projects over $25 million, demonstrating ability in utility infrastructure and airfield pavements, with an emphasis on quality and timely delivery. Technical proposals must illustrate a clear understanding of project specifications, a coherent management approach, and a detailed schedule including critical path activities. Small business participation is mandated, aiming for set goals across various categories. The evaluation will culminate in the award of one firm-fixed-price contract to the lowest-priced, technically acceptable offer, emphasizing adherence to solicitation requirements and goals. This process exemplifies governmental efforts to ensure best value in federal contracting while promoting inclusion of small businesses.
Mar 26, 2025, 8:05 PM UTC
Mar 26, 2025, 8:05 PM UTC
The F-35 East Campus Infrastructure (ECI) project at Hill Air Force Base, Utah, is initiating a procurement process through a pre-proposal conference scheduled for March 5, 2025. The aim is to provide potential contractors with a comprehensive understanding of the project requirements, timelines, and submission protocols for a Request for Proposal (RFP) released on February 21, 2025. This construction project entails significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated value between $100 million and $250 million. Proposals are due by March 21, 2025, with an award anticipated around June 2, 2025, and a construction period of 799 days. Key details include a firm-fixed-price contract structure, required registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and specific evaluation criteria focusing on price, past performance, and technical capabilities. The document also emphasizes compliance with safety protocols during site visits. This initiative reflects the U.S. government's commitment to enhancing military infrastructure through collaboration with qualified contractors, ensuring detailed oversight and adherence to regulatory standards throughout the construction process.
Mar 26, 2025, 8:05 PM UTC
Mar 26, 2025, 8:05 PM UTC
The file outlines a government solicitation for the F-35 T-7A East Campus Infrastructure project at Hill Air Force Base, Utah. It details the requirements for contractors to submit sealed bids for construction and utility infrastructure support, with a project magnitude estimated between $100 million and $250 million. The bid process includes mandates for performance and payment bonds, and all submissions must comply with specified standards, including firm-fixed-price arrangements over a period of 799 days. The solicitation encourages participation from small businesses and aims to ensure a responsible contractor selection process based on past performance and financial stability. Additional documents and requirements, including a pre-award survey and past performance questionnaires, are specified to facilitate evaluation. The project stipulates a significant commitment to safety and environmental standards, emphasizing the importance of compliance throughout the construction phases. The contract will culminate in a single award that allows for task orders as needed, reinforcing the government’s push for effective infrastructure development aligned with military operational needs.
Mar 26, 2025, 8:05 PM UTC
This document serves as an amendment to a federal solicitation and outlines important changes regarding the contract for infrastructure projects at Hill Air Force Base. Key updates include the extension of the solicitation closing date to April 11, 2025, and a closure of the inquiry system (ProjNet) on March 18, 2025. Additional modifications consist of the revised instructions to proposers, the removal of specific clauses related to equal employment opportunity, and updates to attachment details concerning project information and past performance questionnaires. The contract is categorized as a Single Award Task Order Contract (SATOC) with an estimated total not exceeding $82 million, emphasizing compliance with bonding requirements and submission protocols. The document reiterates eligibility criteria, submission specifications, and the necessity for contractors to demonstrate financial stability and responsible practices. Furthermore, it delineates the need for equitable participation of minorities and women in construction efforts, aligning with federal contracting standards. Overall, this amendment facilitates clarity and compliance for prospective contractors engaging with the U.S. Army Corps of Engineers.
Mar 26, 2025, 8:05 PM UTC
The document is an amendment to a federal solicitation related to a contract with the U.S. Army Corps of Engineers, specifically for the W9123825R0007 project. The amendment provides important updates on the solicitation process, including an extension of the offer submission deadline. It outlines the methods for offerors to acknowledge receipt of the amendment and stipulates that failure to do so prior to the deadline may lead to the rejection of their offers. Additionally, it includes sections for potential modifications to existing contracts, detailing various types of contract changes and the necessary administrative procedures. The summary of changes section lists specific attachments and documentation that have been updated or added, including specifications, drawings, and questionnaires essential for bidders. Key attachments include a Past Performance Questionnaire, a Project Information Form, and multiple specifications related to design and analysis. The document emphasizes that aside from the amendments, all previously stated terms and conditions remain effective. The structured format ensures clarity for the contracting parties, promoting compliance and transparency throughout the procurement process.
The U.S. Army Corps of Engineers (USACE) is planning to release a pre-solicitation notice for a Design-Bid-Build (DBB) contract to construct utility infrastructure systems at Hill Air Force Base (AFB). The anticipated solicitation, numbered W9123825R0007, is scheduled for issuance around February 19, 2025, with a firm-fixed-price contract to be awarded by April 30, 2025. The project budget ranges between $100 million and $250 million, with an overall capacity not to exceed $115 million. It encompasses various construction tasks, including taxiways, roadways, pump stations, and utility system upgrades, requiring coordination with both public and privatized utility services. Interested contractors must register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals. A pre-proposal conference is planned for March 5, 2025, at Hill AFB, necessitating advance registration. This solicitation aligns with federal regulations and emphasizes the need for compliance with the E-Verify program and related utility contracts. Contractors are advised to monitor PIEE and SAM for updates on the solicitation process.
Similar Opportunities
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
Hill AFB, Utah - Burger King Image Update
Buyer not available
The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the renovation of an existing Burger King facility at Hill Air Force Base, Utah, under the project titled "Burger King Image Update." The project aims to update both the interior and exterior of the restaurant, including modifications to mechanical and electrical systems to meet Burger King's food equipment requirements and adherence to brand standards. This renovation is crucial for enhancing service quality at military installations and ensuring compliance with federal, state, and local regulations. Interested contractors should note that the estimated project cost ranges from $500,000 to $1,000,000, with a completion timeline of 120 days from the notice to proceed, and proposals are due by May 12, 2025. For further inquiries, contact Grace Perez-Martinez at martinezg@aafes.com or call 214-212-3271.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance/Fuel Cell Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a facility that will support maintenance operations for the KC-46A aircraft, including the integration of various systems and adherence to strict environmental and safety standards. The estimated project cost ranges from $100 million to $250 million, with a proposal submission deadline extended to April 17, 2025. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil for further details and ensure compliance with all specified requirements during the bidding process.
F35 Academic Training Center at Ebbing ANGB
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is soliciting bids for the construction of the F35 Academic Training Center at Ebbing ANGB. This project entails the development of a multi-story steel-framed, reinforced concrete flight training facility, which will include various spaces such as training classrooms, flight simulator areas, conference rooms, and secure administrative support spaces, all adhering to Intelligence Community Directive (ICD 705) standards. The construction of this facility is crucial for enhancing training capabilities for military personnel, ensuring they receive the necessary education and practical experience in flight operations. Interested contractors can reach out to Staci Allen at staci.c.allen@usace.army.mil or call 501-340-1254 for more information regarding the solicitation.
Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for the facility. The contract, part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), has an estimated value between $1,000,000 and $5,000,000, with proposals due by 10:00 AM ET on May 26, 2025. Interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil for further information.
Software Integration Lab
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is preparing to solicit bids for the construction of a B-21 Software Integration Lab (SIL) at Tinker Air Force Base in Oklahoma. This project involves the renovation of approximately 293,868 square feet of an existing facility to create a Software Sustainment Program Office, including extensive modifications to meet security and acoustic requirements, as well as the construction of a new radar dome and an exterior fire escape staircase. The estimated construction cost ranges from $100 million to $250 million, with a project duration of approximately 912 calendar days, and the anticipated solicitation issuance date is around May 12, 2025, with proposals due by June 11, 2025. Interested parties can contact Brian Welch at brian.j.welch@usace.army.mil or Julie S. Hill at julie.s.hill@usace.army.mil for further information.
P2# 493117 Child Development Center (CDC), Mountain Home Air Force Base (MHAFB), Mountain Home, Idaho
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking proposals for the design and construction of a Child Development Center (CDC) at Mountain Home Air Force Base in Idaho. This project involves creating a medium-sized facility that will accommodate various child activity areas, administrative spaces, and essential support facilities, with a construction magnitude estimated between $25 million and $100 million. The selected contractor will be required to adhere to specific design and construction standards, including compliance with Department of Defense antiterrorism requirements. Interested small businesses must ensure they are registered in the System for Award Management (SAM) to access the Request for Proposal (RFP) documents, which are expected to be posted on or about April 30, 2025, with responses due by June 2, 2025. For further inquiries, contact Javon Miller at javon.m.miller@usace.army.mil or 206-572-7102.
Hydrant Area C Refueling Facilities
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the upcoming Hydrant Area C Refueling Facilities project at Fairchild Air Force Base in Spokane, Washington. This project aims to construct a Type III jet fuel hydrant system to enhance the fueling capabilities for the Washington Air National Guard, which currently lacks adequate facilities to support its missions. The anticipated contract will be a firm fixed-price design-bid-build construction project, with a magnitude between $25 million and $100 million, requiring 100 percent payment and performance bonds. Interested firms must submit a capabilities package by May 7, 2025, to Michael Saldana at michael.e.saldana@usace.army.mil, and ensure they are registered in the System for Award Management (SAM) to be eligible for government contracts.
Synopsis_Repair_Desert_Street_FA489725B0006
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of Desert Street at Mountain Home Air Force Base in Idaho. This procurement involves sealed bidding procedures for the Invitation for Bid (IFB) Number FA489725B0006, with an estimated contract value between $1,000,000 and $5,000,000, aimed at enhancing the infrastructure of the base. The project is categorized under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, highlighting its significance in maintaining essential transportation routes. Interested small businesses are encouraged to register on the Procurement Integrated Enterprise Environment (PIEE) and must prepare for the solicitation, which is scheduled to be publicly posted on May 12, 2025. For further inquiries, potential bidders can contact the Construction Acquisition Flight at 366CONS.PKB.Construction@us.af.mil or Heather Garrido at heather.garrido@us.af.mil.