PLA Survey B-21 Alert Facility
ID: W9128F25SM017Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, specifically the Army Corps of Engineers Omaha District, is soliciting feedback from the construction community regarding the potential use of Project Labor Agreements (PLA) for the upcoming construction of the B-21 Alert Facility at Ellsworth Air Force Base in South Dakota. This project involves the construction of a 22,000 square foot lodging and readiness facility for B-21 air crews, along with an Aerospace Ground Equipment Warm Storage Facility, and is expected to exceed $35 million in cost. The use of PLAs is intended to promote efficiency and stability in labor management for large-scale federal construction projects, and interested parties are invited to submit their comments by 2:00 p.m. CST on January 28, 2025, to James Willett at james.r.willett@usace.army.mil, with a courtesy copy to Brittany Gull at brittany.c.gull@usace.army.mil. The estimated construction contract award is anticipated in the second quarter of Fiscal Year 2026, with a project magnitude between $25 million and $100 million.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    EAFB B-21 Alert Facility
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking sources for the construction of the B-21 Alert Facility at Ellsworth Air Force Base in South Dakota. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to establish a facility that will support the operational readiness of the B-21 aircraft. The construction of this facility is crucial for enhancing the capabilities of the U.S. Air Force and ensuring the effective deployment of advanced military assets. 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 details regarding this sources sought notice.
    B-21 60 Row EPS South
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the B-21 60 Row EPS South project at Ellsworth Air Force Base in South Dakota. This procurement involves commercial and institutional building construction, focusing on the construction of miscellaneous buildings as outlined by the NAICS code 236220 and PSC code Y1JZ. The project is significant for enhancing military infrastructure and operational capabilities at the base. Interested parties can 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 sources sought notice.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the B-21 East Alert Apron at the Omaha District. This project involves the construction of airfield structures, which are critical for supporting military operations and enhancing airfield capabilities. The procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1BZ for construction of other airfield structures. Interested contractors can reach out to Gloria Garside at gloria.garside@usace.army.mil or call 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details.
    B-21 60 Row Environmental Protection Shelters - North
    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 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. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584, or Jessica Jackson at jessica.r.jackson@usace.army.mil or 402-995-2052 for further details.
    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 B-21 LRS Fuels Administration/Lab and Refueler Truck Yard project. This procurement aims to engage contractors for the construction of facilities related to fuel administration and refueling operations, which are critical for supporting military logistics and operations. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018 for further details, while secondary inquiries can be directed to Jesus Floriano at Jesus.J.Floriano@usace.army.mil or 817-228-6845.
    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.
    Notice of Cancellation: Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a special notice regarding the cancellation of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) solicitation at F.E. Warren AFB, Wyoming. The government intends to resolicit this acquisition under a new solicitation number, W9128F25RA015, with updated proposal documents, notably omitting the requirement for a Project Labor Agreement (PLA) as per a Class Deviation dated February 7, 2025. This project is crucial for enhancing the training capabilities associated with the GBSD program, which plays a vital role in national defense. For further inquiries, interested parties can contact Brandon Landis at 402-995-2056 or via email at brandon.p.landis@usace.army.mil.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance vehicle maintenance and aircraft support capabilities, with a budget estimated between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the importance of compliance with federal regulations, including Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 18, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    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.
    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.