Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published January 6, 2025 at 7:00 PM
Updated January 7, 2025
Site work, paving and renovation of a mixed-use development in Ellsworth AFB, South Dakota. Conceptual plans call for the renovation of a military facility; for site work for a sidewalk / parking lot; for paving for a sidewalk / parking lot; and water / sewer project.
Sources Sought Response Form Ellsworth AFB B-21 Alert Facility Sources Sought Notice #W9128F25SM016 Anticipated Solicitation #TBD PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction. There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION: This upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP). This project will provide a 22,000 sq ft, single-story lodging & readiness facility for B-21 air crews on alert status, as well as an Aerospace Ground Equipment Warm Storage Facility to support the Alert Apron aircraft. This project is located directly adjacent to and required to coordinate with a variety of other B-21 construction projects. Construction includes demolition of existing facility and construction of new drilled pier concrete foundation, steel frame structure, masonry walls, standing seam metal roof, utilities, painting & surface prep. Special foundation due to local soils. Utilities include domestic & fire protection water, electrical, sewer, gas & stormwater drainage. Site improvements include earthwork landscaping & exterior lighting. Pavements include parking, sidewalks & access drives. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. Each facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special construction and functional requirements: The project will be constructed on / near the existing alert apron at EAFB. As such, the project will be constructed adjacent to - and may be required to integrate with active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure - to include hazardous materials contaminated apron and soils may be required. Small Businesses are reminded under FAR 52.219-14(C) (1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. (For Construction): Project Period of Performance: 800 calendar days from construction NTP. RESPONSES: Please respond to all information requested in this notice not later than (2:00 pm) 28 Jan 2025). Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: james.r.willett@usace.army.mil and cc brittany.c.gull@usace.army.mil. REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: Company Name, address, phone number, point of contract, email, web address: CAGE Code and Unique Entity Identifier (UEI): North American Industry Classification System Code (NAICS): State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone Historically black colleges and Universities/Minority Institutions None of the above Is your company currently registered in System for Award Management (SAM) Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV) If yes, provide an explanation: CAPABILITIES AND SUBMISSION REQUIREMENTS: SUBMISSION DETAILS: All interested, capable, qualified, and responsive contractors under NAICS code 236220 are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $50M. Narratives shall be no longer than 12 pages. Email responses are required. Please include the following information in your response/narrative: oCompany name, address, and point of contact, with phone number and email address oCAGE Code and DUNS/EID number oBusiness size to include any official teaming arrangements as a partnership or joint venture oDetails of similar projects and state whether you were the Prime or Subcontractor oStart and end dates of construction work oProject references (including owner with phone number and email address) oProject cost, term, and complexity of job oInformation on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS In accordance with DFARS 236.204, the magnitude of this project is expected to range between $25M and $100M. Details on similar projects with scope and complexity should identify experience with the following within the past 10 years: oConstruction of similar clear-span type covered storage or maintenance facility (large pre-engineered metal building systems, large vehicle storage, large bay facility, etc.) oConstruction of airfield paving in compliance with UFC 3-260-02 or associated Unified Federal Guide Specifications. oConstruction of facilities to the AFI 16-1404 or equivalent standards. oConstruction of facilities designed to resist vibroacoustic impacts associated with aircraft (or other) engine runup and taxiing. oConstruction of facilities on a DoD Military Installation. oConstruction of facilities on an active airfield flightline. oConstruction of facilities with shared access, laydown, and limits of work to adjacent projects awarded under separate contract. Responses will be shared with Government personnel and the project management team on a need-to-know basis, but otherwise will be held in strict confidence. COMMENTS: Provide comments or identify any concerns your company has regarding the planned solicitation. Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted. ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE SECOND QUARTER OF FISCAL YEAR 2026 (FY26) 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
$100,000,000.00
Public - Federal
Paving, Renovation, Site Work
Trades Specified
Division 00 - Lorem Ipsum
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
Find More Local Projects
Within 75 Miles of This Project
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.
January 28, 2026
To Be Determined, Ellsworth AFB, SD
Related To This Project
Ellsworth AFB, SD
--
Ellsworth AFB, SD
--
Ellsworth AFB, SD
Bid Date: Nov 17 2025
Ellsworth AFB, SD
Bid Date: Jan 05 2026
Ellsworth AFB, SD
Bid Date: Aug 20 2025
Ellsworth AFB, SD
--
Ellsworth AFB, SD
Bid Date: Sep 25 2024
Ellsworth AFB, SD
Bid Date: Sep 13 2024
Ellsworth AFB, SD
Bid Date: Sep 06 2024
Ellsworth AFB, SD
--
Ellsworth AFB, SD
Bid Date: Sep 04 2024
Ellsworth AFB, SD
--
Ellsworth AFB, SD
Bid Date: Jun 13 2024
Ellsworth AFB, SD
--
Ellsworth AFB, SD
--
See the Projects and Companies Shaping 2026 Before Anyone Else
Start the New Year with a clearer view of the construction market. Unlock early access to commercial project data that keeps your pipeline full and your competitors behind. Sign up today for the project and contact data that others won't discover until its too late.
