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 Abilene, Texas. Contact the soliciting agency for additional information.

Low Observable Corrosion Control Facility (LOC2F) at Dyess Air Force Base, Texas This is a SOURCES SOUGHT notice; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the System for Award Management (SAM) It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement. Responses to the source sought will be utilized with other research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). All are highly encouraged to respond to solidify the acquisition strategy. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The planned acquisition strategy will be posted in SAM upon completion of market research analysis. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project that will construct an 8,890 SM, high bay maintenance hangar with two segregated aircraft bays & administrative space at Dyess Air Force Base, Texas. Anticipated project will be a competitive, firm-fixed price, design/bid/build, definitive contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The Government is seeking experienced firms for the following scope of work: This construction project includes drilled pier concrete foundation, steel frame structure, metal roof, powered hangar doors, temperature & humidity control, filtration & ventilation, back-up power, aircraft power, painting & surface prep. Special foundation is required due to local soils. Utilities include domestic & fire protection water, electrical, sewer, communications & unique climate controlled material storage. Site improvements include earthwork landscaping & exterior lighting. Pavements include parking, sidewalks, roadways & renovation of existing fuel truck apron into an aircraft hangar apron. This project will demolish B4111 (659 SM), B4112 (555 SM), B4201 (523 SM) (Total: 1737 SM). Personnel to be consolidated into existing facilities or moved into new facilities built in the previous year. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $100,000,000 and $250,000,000. Estimated duration of the project is 1095 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45,000,000. The Product Service Code is Y1BZ. In Accordance With (I.A.W.) Executive Order (E.O.) 14063 the use of PLA's is MANDATORY for large scale projects over $35,000,000 unless one of the following exceptions in OMB Memorandum M-24-06 exists and is approved by the Senior Procurement Executive: Requiring a PLA on the project would not advance the Federal Governments interests in achieving economy and efficiency in federal procurement. This shall be based on the following factors: The project is of short duration and lacks operational complexity. The project will involve only one craft or trade. The project will involve specialized construction work that is available from only a limited number of contractors or subcontractors. The agency's need for the project is of such an unusual and compelling urgency that a PLA would be impracticable. Market research indicates that requiring a PLA on the project would substantially reduce the number of potential offerors to such a degree that adequate competition at a fair and reasonable price could not be achieved. (See FAR 10.002(b)(1) and 36.104). A likely reduction in the number of potential offerors is not, by itself, sufficient to except a contract from coverage under this authority unless it is coupled with the finding that the reduction would not allow for adequate competition at a fair and reasonable price Requiring a PLA on the project would otherwise be inconsistent with federal statutes, regulations, Executive orders, or Presidential memoranda. If you believe any of the exemptions and additional market research requirements listed above would be justified, provide documentation and support not to exceed 20 pages. Please ensure you provide any support you believe would assist the Government with making their determination. Department of Labor has provided a resource guide https://www.dol.gov/general/good-jobs/project-labor-agreement-resource-guide Should this action be set-aside for small business, firms are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime's subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Current anticipated minimum small business participation percentages are: SB: 29% based on total value of proposal SDB:17% based on total value of proposal WOSB: 6% based on total value of proposal HZ: 8% based on total value of proposal SDVOSB: 7% based on total value of proposal We are seeking input from industry and these minimums if they are achievable and if not provide current issues with meeting the subcontracting goals as well as your current achievement. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about May 2025, and the estimated proposal due date will be on or about July 2025. The official notice citing the solicitation number will be issued in SAM and firms are to register electronically to receive a copy of the solicitation when it is issued. Firm response to this Notice shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. Firm's interest in bidding on the solicitation when it is issued. Firm's experience, within the last six years to perform the magnitude and complexity outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project - provide at least 3 examples. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Will the firm submit a response as a Joint Venture or other arrangement If YES, specific type: Joint Venture, Mentor-Protege, Teaming Arrangement, or Other Firm's Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment and Offerors must be active in SAM to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance - per FAR 52.204-26. Award cannot be issued for non-compliance until SAM registration is complete, otherwise offerors will not be eligible for award. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information. Interested Firms shall respond to this Notice no later than 19 July 2024. Mail, fax or email your response to Bijay Gurung at bijay.gurung@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE. 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

Our team is requesting plans for this project.

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
27
Active Projects
16
Bidding Soon
275
All Active Projects
101
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.

January 20, 2025

January 20, 2028

img_map_placeholder

To Be Determined, Abilene, TX

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.