AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
ID: FA8219-25-S-LFNWCType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8219 AFNWC PZBGHILL AFB, UT, 84056-5837, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF MISSILE SYSTEM FACILITIES (Y1BF)
Timeline
    Description

    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.japngie_lizotte.1@us.af.mil, as part of the sources sought notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Information (RFI) issued by the Department of Defense (DoD) seeking feedback on design and construction aspects of specialized facilities and weapon system infrastructure. It covers several key areas, including the construction of weapon system facilities, nuclear safety structures, and the identification and mitigation of design risks. The RFI seeks information on experiences related to complex projects, especially those across geographically separated sites, and emphasizes the need for innovative solutions and compliance with specific safety and security requirements, like HEMP (High-Altitude Electromagnetic Pulse) standards. Additionally, the document requests insights on acquisition strategies relevant to nuclear weapons facility construction, querying preferences for contract types and potential bonding limitations. The overarching goal is to gather industry feedback to enhance upcoming construction efforts, focusing on challenges, technologies, and best practices in constructing DoD infrastructure. The RFI complements federal RFPs by inviting industry expertise to refine and improve governmental project frameworks while ensuring safety, security, and operational efficiency.
    The provided document outlines the requirements for submitting capability statements in response to federal government RFPs. It specifies that responses should be concise, limited to ten pages, and formatted appropriately. Companies must include essential information such as their name, contact details, and union status. They are required to demonstrate their experience and ability to undertake similar contracts by detailing up to five comparable projects completed in the past decade. Each project description must include specific elements like project names, customer satisfaction feedback, timelines, cost comparisons, craft trades involved, encountered challenges, and any use of Project Labor Agreements. Additionally, businesses need to identify their size and socio-economic classification relevant to NAICS 237990 and provide documentation of their bonding capacity. This structured approach ensures that the government can assess potential contractors' qualifications effectively, promoting transparency and informed decision-making in the procurement process.
    The Project Labor Agreement (PLA) Survey aims to gather information on the use of PLAs in large-scale federal construction projects, particularly those exceeding $35 million, as mandated by Executive Order 14063. The survey contains various queries aimed at assessing local uses of PLAs, skilled labor availability, scheduling concerns, and the perceived impacts of PLAs on project efficiency and costs. Key topics include documentation of any local PLA usage, labor shortages for necessary crafts, and potential time-sensitive issues affecting project timelines. Respondents are asked to provide insights regarding the economic implications of employing a PLA, risks involved, and whether the presence of a PLA would bolster or hinder the project’s success. Additional questions explore local wage rates influenced by unionization and the ease of recruiting skilled workers. The survey seeks to collect comprehensive data to help inform decisions on implementing PLAs in future projects, ensuring that federal procurement processes are economically and efficiently managed for desired outcomes.
    Similar Opportunities
    FUTURE Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract
    Buyer not available
    The Department of Defense, specifically the Air Force Nuclear Weapon Center, is seeking feedback through a Sources Sought Synopsis for the Future Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract. This opportunity involves providing engineering services and technical support for the operations and maintenance of the LMTF, which plays a crucial role in supporting the U.S. Air Force's Intercontinental Ballistic Missile (ICBM) mission by ensuring the reliability and nuclear hardness of weapon systems throughout their lifecycle. Interested parties are encouraged to review the attached Draft Performance Work Statement (PWS) and Cost and Software Data Reporting Plan (CSDR) and submit their responses by February 22, 2025, at noon MST, to the primary contact, Ammon Wheatley, at ammon.wheatley@us.af.mil or by phone at 801-777-1280.
    ICBM MMIII Flight Control Replacement Program
    Buyer not available
    The Department of Defense, through the Air Force's Minuteman III Systems Program Office at Hill Air Force Base, is conducting a Sources Sought notice to identify qualified firms for the ICBM MMIII Flight Control Replacement Program. This initiative aims to develop a drop-in replacement for the flight control units of the Minuteman missile stages, which includes thrust vectoring and roll control, while adhering to the performance and reliability standards of the weapon system. The project is critical for upgrading a key defense system, and interested parties are required to submit a narrative detailing their capabilities, past project summaries, proposed execution approaches, and preliminary budget estimates by March 3, 2025. For further inquiries, interested firms can contact Michelle Love at michelle.love.1@us.af.mil or Joseph Merriam at joseph.merriam@us.af.mil.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    FY25 MAFB Construct Fire Station Storage Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interest from contractors for a construction project titled "Construct Fire Station Storage Area" at Malmstrom Air Force Base in Montana. The project involves the construction of a facility approximately 20,000 square feet in size, designed to store fire emergency services equipment, including features such as trailer parking, a foam storage room, and utility spaces. This sources sought notice aims to gather information on potential contractors with relevant experience in constructing similar facilities and managing projects in extreme climates, with an estimated project cost between $5,000,000 and $10,000,000. Interested firms must submit their capabilities by February 26, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
    Building 500 Industry Day
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractor input for the refurbishment of the exterior of Building 500 at Malmstrom Air Force Base in Montana. The primary objective is to gather insights on options for restoring the building's exterior, which is currently in disrepair, through surface preparation and application of new coatings or alternative covering options that adhere to industry standards. This project is significant as Building 500 serves as the headquarters for the 341st Missile Wing, and a professional exterior finish is essential to represent the mission of Malmstrom AFB effectively. Interested contractors are invited to participate in an Industry Day event on February 27, 2025, to discuss the project, with an estimated cost between $1 million and $5 million. For further inquiries, contractors can contact Dennis D. DeForest at dennis.deforest.2@us.af.mil or SrA Tamia Cash at tamia.cash@us.af.mil.
    SATAF Coaxial Cable Run (F.E. Warren AFB)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of a coaxial cable run at F.E. Warren Air Force Base in Wyoming. This project involves establishing IT infrastructure to support Sentinel SATAF operations, including the installation of a Building Distribution point and extending commercial wireless Internet services, while ensuring compliance with all applicable laws and regulations. The contractor will be responsible for management, labor, tools, and permits necessary for successful project completion, with a performance timeline of 50 business days from contract award. Interested parties should contact Mauranda Racer at mauranda.racer@us.af.mil or Kamary Williams at kamary.williams@us.af.mil for further details and to submit their responses to the Sources Sought notice.
    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.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the LF Sump Pump Discharge Lines project at Malmstrom Air Force Base in Montana. This project involves the excavation, re-routing, and replacement of discharge lines for Sump Pumps 102 and 103, requiring contractors to provide all necessary labor, equipment, materials, and supervision. The initiative underscores the Air Force's commitment to engaging small businesses in critical infrastructure projects, with a projected contract value between $500,000 and $1,000,000 and an estimated performance period of 180 days. The Request for Proposal (RFP) will be issued on or after February 27, 2025, with submissions due around April 3, 2025. Interested parties can contact SrA Tamia Cash at tamia.cash@us.af.mil or 406-731-4352, or Cody Babinecz at cody.babinecz@us.af.mil or 406-731-4608 for further information.
    ICBM Minuteman III Weapon System -- Power Supply
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of a power supply for the ICBM Minuteman III Weapon System. This presolicitation opportunity falls under the NAICS code 336419, which pertains to the manufacturing of other guided missile and space vehicle parts and auxiliary equipment. The power supply is a critical component for the operational readiness and reliability of the Minuteman III system, which plays a vital role in national defense. Interested parties can reach out to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil for further details regarding the procurement process.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting bids for the construction of the B-21 East Alert Apron. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of other airfield structures as indicated by the PSC code Y1BZ. The successful contractor will play a crucial role in enhancing airfield operations, which are vital for national defense and military readiness. Interested parties can reach out to Gloria Garside at gloria.garside@usace.army.mil or by phone at 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details regarding the solicitation process.