Disaster Resiliency Program (DRP)- Phase 1 - Creech Air Force Base, Nevada
ID: W912PL24S0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST LOS ANGELESLOS ANGELES, CA, 90017-3409, USA

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE is seeking information for a Disaster Resiliency Program (DRP)- Phase 1 at Creech Air Force Base, Nevada. The project involves the design and construction of a Squadron Operations Facility, Aircraft Operations Facility (AOF), Apron, and Jet Blast Deflector. The facilities will be used to support the DRP mission sets and will include features such as reinforced concrete foundations, structural steel frames, masonry exterior walls, standing seam metal roof systems, and anti-skid hangar floor coatings. The project also includes the installation of intrusion detection systems, cybersecurity measures, airfield pavements, primary infrastructure buildout, and an integrated physical security system. The estimated construction price range for this project is between $100,000,000 and $250,000,000, with a total contract performance period of 900 calendar days. Interested parties should submit a capability statement demonstrating their ability to perform the work. Responses are due by November 26, 2023.

    Lifecycle
    Similar Opportunities
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. This procurement involves comprehensive airfield pavement work, including milling, repaving, crack sealing, and striping, with a contract value estimated between $500,000 and $1 million, and a performance period of 60 calendar days from the notice to proceed. The project emphasizes adherence to environmental management, safety protocols, and compliance with federal regulations, reflecting the importance of maintaining operational efficiency and infrastructure integrity at military installations. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil.
    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 proposals for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This project, categorized under NAICS code 236220, involves a Design-Bid-Build approach and includes the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements such as mooring points and site re-striping. The initiative is crucial for enhancing military readiness and operational capabilities, ensuring compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Renee Booth at meranda.r.booth@usace.army.mil, with an estimated project cost ranging from $100 million to $250 million.
    Hangar 211 Repair & Fire Suppression
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the repair and fire suppression upgrade of Hangar 211 at Mountain Home Air Force Base in Idaho. The project, estimated to cost between $15 million and $20 million, involves significant structural repairs, the installation of an automated sprinkler system, electrical upgrades, and the provision of modular office trailers, with a total duration of 24 months allocated for design and construction phases. This initiative is crucial for maintaining military infrastructure while ensuring compliance with federal regulations and preserving historical properties. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, SDVOSB, and Women-Owned, must respond by February 3, 2025, to express their interest and capabilities, with further inquiries directed to Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil.
    Renovation of 11 H Barracks - McGregor Range, New Mexico
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms for the renovation of 11 H-Barracks buildings at McGregor Range in New Mexico. The project involves a comprehensive design-bid-build renovation to convert the existing barracks configuration into a U-shaped layout, ensuring compliance with current codes and standards, including updates to electrical, plumbing, HVAC systems, and the installation of a new fire suppression system, among other improvements. This renovation is critical for maintaining troop housing facilities and enhancing operational readiness. Interested firms must respond to this sources sought notice by February 28, 2025, with a project estimated between $25 million and $100 million, and the anticipated solicitation will be issued in the third quarter of fiscal year 2025. For further inquiries, contact Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil or call 817-408-5319.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base. This project entails the development of a single-story facility that includes various specialized spaces such as administrative, command, and laboratory areas, along with essential infrastructure like utilities, storm drainage systems, and security features in compliance with Department of Defense standards. The facility is crucial for supporting the operations of the 7th Logistics and Readiness Squadron and will replace the existing fuels administration laboratory facility, which is set for demolition in the following fiscal year. Interested contractors should contact Michael Fenwick at michael.e.fenwick@usace.army.mil or 817-886-1053, or Bijay Gurung at bijay.gurung@usace.army.mil or 817-886-1018 for further details.
    SAOC 2-Bay Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is seeking responses from qualified firms for the design and construction of a new 2-bay maintenance hangar at Offutt Air Force Base in Nebraska. The project involves progressing an existing 35% design to a fully realized construction plan for a 314,600 square foot facility capable of accommodating maintenance activities for two Boeing 747-8i aircraft, along with potential options for additional facilities, including a fuel cell and corrosion control hangar. This procurement is critical for supporting the Air Force’s Survivable Airborne Operations Center and includes comprehensive construction requirements such as concrete foundations, steel structures, and advanced cybersecurity measures. Interested parties must submit their qualifications and relevant experience by 2 PM Central Time on February 18, 2025, to the primary contacts, Trisha Connors and Jessica R. Jackson, via the provided email addresses.
    Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualifications from small businesses for a Design-Bid-Build project focused on repairing the Aircraft Parking Ramp at Travis Air Force Base, California, specifically for Phases 5 and 8. The project entails the demolition and replacement of approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. This initiative is crucial for maintaining operational readiness at the airbase and is a total small business set-aside, emphasizing the need for contractors with experience in full-depth airfield pavement repair and replacement. Interested firms must respond by February 19, 2025, providing evidence of their capabilities and past performances, and can contact Hilary A. Swanson at hilary.swanson@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil for further information.
    Design/Bid/Build – Renovate Permanent Party Dorm B331, Altus AFB, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small business contractors for the renovation of the Permanent Party Dorm B331 at Altus Air Force Base in Oklahoma. This project entails multi-disciplinary construction efforts, including the replacement of structural interiors, updates to HVAC and electrical systems, modernization of communication infrastructure, and environmental remediation, particularly concerning asbestos. The total project value is estimated between $10 million and $25 million, with an expected completion period of 15 months. Interested firms must demonstrate relevant experience and capabilities, ensuring compliance with the System for Award Management prior to contract award. For inquiries, contact Samuel Mendez at samuel.mendez@us.af.mil or 210-854-6081, or Laura Koog at laura.koog@us.af.mil.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    B-21 60 Row Environmental Protection Shelters - North
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Omaha District, is soliciting bids for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement aims to provide essential environmental protection structures that support the operational readiness and safety of military aircraft. Such shelters are critical for maintaining equipment integrity and ensuring mission success in various environmental conditions. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, while Jessica Jackson is available at jessica.r.jackson@usace.army.mil or 402-995-2052 for additional inquiries.