BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Hill Air Force Base, Utah. Contact the soliciting agency for additional information.

Related Notice ID - W9123824S0012 This Notice is for the evaluation of PLAs ONLY. The United States Corps of Engineers (USACE) Sacramento District (SPK) is conducting market research by soliciting comments from the construction community addressing the potential use of PLAs and to obtain data on the recent history of construction projects in the local labor market of the project under consideration. USACE SPK anticipates a potential requirement to construct a two-story hangar maintenance facility (approximately 301,798 square feet (SF)) for the new T-7A advanced pilot trainer campus. The intent is for a two-hundred-fifty (250) person maintenance crew to support maintenance functions for a 351 aircraft program with an Aircraft Initial Operating Capability. The hangar maintenance facility will be located south of the existing F-22 facilities on the east side of the base adjacent to Foulois Road located at HAFB, UT. Major functional components for the maintenance facility include sixteen (16) maintenance docks, engine storage and repair, equipment storage, blast booths and blast prep areas, paint booths and paint prep areas, an air filtration system, a fuel dock, pre-flight testing; harness, fabrication cell, hydraulics, machine, parts, stencil, and transportation shops, life support; material inventory control, hazardous waste storage, a software integration lab, showers and locker rooms, administrative office space, including a shipping and receiving dock. The project will include utilities, pavements, parking site preparation and site improvements. The facility will be designed as permanent construction in accordance with (IAW) the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. The design shall conform to criteria established in the Air Force (AF) Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no AF standard facility design for this project, and there is no applicable standard design from USACE. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project IAW Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems and renewable energy generating systems, whenever life-cycle cost-effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. The facility is sited IAW with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain. IAW Federal Acquisition Regulation (FAR) 236.204(iii) the Government currently estimates the magnitude of construction for this project to be between $200,000,000 and $250,000,000. This project is estimated to be solicited approximately May 2024 with construction completed within one-thousand-fifty (1,050) calendar after award. PROJECT LABOR AGREEMENTS - Project labor agreements are a tool that agencies may use to promote economy and efficiency in Federal procurement. Executive Order 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, requires the use of PLAs in connection with large-scale construction projects (defined as projects where the total cost to the Federal Government of the project is at least $35 million) to promote economy and efficiency in Federal procurement, unless an exception applies, as provided by FAR 22.504(d). As part of that consideration, this market research effort will help in our determination of whether a PLA exception applies. Please consider the following in this request: 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind. If so, please provide supporting documentation. 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project. If so, please elaborate and provide supporting documentation where possible. 3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed. If so, please elaborate and provide supporting documentation where possible. 4) Identify specific reasons why or how you believe a PLA would advance the Federal Government's interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government's interest in achieving economy and efficiency in Federal procurement. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Please identify if you intend to propose on this project subject to a PLA requirement. 9) Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work. 10) Do you think requiring a PLA will increase contract costs or contribute to cost savings. Why or why not How 11) If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA 12) Did PLA negotiation delay construction start. If so, by how long 13) Any other information you think should be considered regarding the use of PLAs for the anticipated project. (ii) Please also provide the following information on projects completed in the last two (2) to five (5) years: 1) Project Name and Location 2) Detailed Project Description 3) Initial Cost Estimate vs. Actual Final Cost 4) Was the project completed on time 5) Number of craft trades present on the project 6) Was a PLA used 7) Were there any challenges experienced during the project There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Respondents will NOT be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000 / 10:00 AM (MST) Friday, 09 February 2024. Please include the SSN number, 'PLA W9123824S0018' in the subject line. This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to construct a two-story hangar maintenance facility (approximately 301,798 square feet (SF)) for the new T-7 advanced pilot trainer campus. The intent is for a two-hundred-fifty (250) person maintenance crew to support maintenance functions for a 351 aircraft program with an Aircraft Initial Operating Capability. The hangar maintenance facility will be located south of the existing F-22 facilities on the east side of the base adjacent to Foulois Road located at HAFB, UT. Major functional components for the maintenance facility include sixteen (16) maintenance docks, engine storage and repair, equipment storage, blast booths and blast prep areas, paint booths and paint prep areas, an air filtration system, a fuel dock, pre-flight testing; harness, fabrication cell, hydraulics, machine, parts, stencil, and transportation shops, life support; material inventory control, hazardous waste storage, a software integration lab, showers and locker rooms, administrative office space, including a shipping and receiving dock. The project will include utilities, pavements, parking site preparation and site improvements. The facility will be designed as permanent construction in accordance with (IAW) the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. The design shall conform to criteria established in the Air Force (AF) Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no AF standard facility design for this project, and there is no applicable standard design from USACE. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project IAW Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems and renewable energy generating systems, whenever life-cycle cost-effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. The facility is sited IAW with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain. The potential requirement may result in a solicitation issued approximately May 2024. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price (FFP) contract by approximately February 2025. It is estimated that construction of the potential requirement can be completed within one-thousand-fifty (1,050) calendar days. IAW Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(iii), the Government currently estimates the magnitude of construction for this project to be between $200,000,000 and $250,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210 - Industrial Building Construction. The small business size standard for this NAICS is $45,000,000.00 annual revenue. The Product Service Code (PSC) for the potential requirement is anticipated to be Y1EB, Construction of Maintenance Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10. Please provide the following information: Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact, phone number, and e-mail address. Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). Bonding capability (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000 / 10:00 AM (MST) Monday, 12 February 2024. Please include the Sources Sought Notice number, 'W9123824S0012' in the subject line. The Method of Contractor Selection has not been determined at this Time *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Military

$250,000,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
106
Active Projects
70
Bidding Soon
994
All Active Projects
400
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 12, 2024

June 28, 2027

img_map_placeholder

7981 Georgia St, Hill Air Force Base, UT

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.