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
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    Design/ Bid/ Build For NFARS Consolidated Squad Ops & Alert Facility- Niagara Falls
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns interested in a Design-Bid-Build project for the construction of a new Consolidated Squad Operations and Alert Facility at Niagara Falls Air Force Base in New York. This facility, spanning approximately 53,000 square feet, will consolidate various operational functions of the 914th Operations Group, including administrative spaces, crew readiness areas, and specialized facilities for aeromedical evacuation and operational support. The project is significant for enhancing military readiness and operational efficiency, with an estimated contract value between $25 million and $100 million and a duration of approximately 760 calendar days. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond to the sources sought notice by March 25, 2025, at 3:00 PM EST, providing necessary documentation and experience details to Kellsie Peacher at kellsie.a.peacher@usace.army.mil.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    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 includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    Bldg 1788 Storm Drain Repair
    Buyer not available
    The Department of Defense, through the 366th Contracting Squadron at Mountain Home Air Force Base (MHAFB) in Idaho, is seeking qualified contractors for a design-build project focused on the repair and redesign of the storm drain system at Building 1788. The project aims to address flooding issues by installing gutters, demolishing existing concrete, replacing storm drains, and sealing masonry joints, with a total estimated cost between $250,000 and $500,000. This initiative underscores the importance of maintaining infrastructure integrity and environmental compliance while promoting small business participation, particularly among Small Disadvantaged Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Interested firms must respond by March 25, 2025, and are encouraged to contact Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil for further details, with the solicitation anticipated to be issued on April 3, 2025.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    Repair Building 23 Cyber Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the repair of Building 23 Cyber Operations at the Sepulveda Air National Guard Station in California. The project, valued between $5 million and $10 million, involves extensive renovations, including demolition, internal reconfiguration, and upgrades to essential building systems to establish a secure operational area. This opportunity is crucial for enhancing the facility's capabilities and ensuring compliance with security standards. Interested contractors, particularly small businesses, must submit a written statement of intent to bid, along with details of their past projects and resources, to the primary contact, Kristian Martin Perlas, at 195wg.fal.msc.contracting.org@us.af.mil, by the specified deadline. This notice serves as a market research tool and does not constitute a solicitation for bids.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military readiness by providing a facility for maintenance operations, including administrative offices and storage for the KC-46A aircraft, with an estimated project cost ranging from $100 million to $250 million. The project underscores the importance of adhering to strict environmental guidelines and safety standards, particularly concerning hazardous materials, while ensuring compliance with federal regulations throughout the construction process. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil, with proposals due by March 25, 2025, following a scheduled site visit on January 29, 2025.
    P481 Energy Resilience Phases 3 & 4, Various Locations at Mountain Warfare Training Center, Bridgeport, California
    Buyer not available
    The Department of Defense, through the Navy's NAVFACSYSCOM Southwest, is seeking information from potential contractors for the Design-Build MILCON Project P-481, aimed at enhancing energy resilience at the Marine Corps Mountain Warfare Training Center in Bridgeport, California. The project involves the installation of a 1 MW generator, 500 kW of solar photovoltaics, a Battery Energy Storage System (BESS), and advanced control systems to establish a reliable microgrid capable of functioning independently during power outages. This initiative is crucial for strengthening the center's energy infrastructure against frequent disruptions caused by severe weather and challenging geographical conditions, with an estimated project cost ranging from $25 million to $100 million. Interested contractors, particularly small businesses, are encouraged to submit their qualifications and relevant experience by March 27, 2025, to Kelli Cox at kelli.l.cox3.civ@us.navy.mil or by phone at 619-705-4653.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    Sources Sought for FY26 EAFB B-21 West Alert Apron EPSs, Ellsworth AFB, SD
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of the B-21 West Alert Apron EPSs at Ellsworth Air Force Base in South Dakota. This procurement aims to identify qualified contractors capable of delivering commercial and institutional building construction services for the project. The successful execution of this contract is crucial for enhancing the operational capabilities of the B-21 aircraft at the base. Interested parties should reach out to Margarette Wolfe at Margarette.E.Wolfe@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding this opportunity.