Please note: We are conducting an industry day presentation on 12 March, 2025 at 9:00 AM local time in the conference room of the Hubbard Golf Course at Hill AFB. The address is: 7005 Golf Course Dr. Bldg. 721
If your company plans to attend and needs base access, please email a list to Gregory.cypers@us.af.mil with the attendees name, company they work for, date of birth, and drivers license number and state of issue. This list needs to be received NLT 3 March 2025 at 3:00 PM.
The purpose of this Sources Sought is to conduct market research to identify if responsible sources exist, and to assist in determining if this effort should be set-aside for small business concerns. The proposed North American Industry Classification Systems (NAICS) Code is 236220, which has a corresponding Size standard of $45,000,000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses and/or small business joint ventures to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns with the relevant qualifications, experience, personnel and capability to perform multi-discipline Commercial and Institutional Building Construction services.
PROGRAM DETAILS: The Hill Air Force Base (AFB) Operational Contracting Office plans to procure Construction Services in accordance with Federal Acquisition Regulation (FAR) Part 15. This requirement may include A-E Design Phase as well as Construction Services. Some examples of the type of Construction services that may be required include (but are not limited to):
• Design-Build and/or installation of new, alteration and repair of grounds, roads, buildings and structures
• Design-Build and/or construction of new, alteration or repair of airfield pavement including aircraft aprons, taxiways, runway, shoulders, lighting systems, signage, and other associated utilities.
• Design Build and/or installation of industrial/complex equipment (i.e. paint booths, blast booths, hydraulic systems, aircraft systems, etc.)
• Design-Build and/or installation of new, alteration and repair of utilities
• Design-Build and/or installation of new, alteration and repair of various types of mechanical systems, to include HVAC and associated controls, fire protection, steam plants, steam distribution and piping, waste treatment, and other systems
• Design-Build and/or installation of new, alteration or repair of fire suppression, fire alarm and mass notification systems
• Design-Build and/or alteration and repair of various types of lighting and power distribution systems
• Feasibility, traffic and other studies
• Design-Build creation of design drawings from concept to 100% design stages
• Topographical and geodetic surveys to facilitate design-build projects.
• Geotechnical surveys and reports to facilitate design-build projects.
• Comprehensive construction quality control
• Constructability reviews for Design Build projects
• Design-Build installation of new, alteration or repair Lightning Protection Systems (LPS) with UL certification
• Installation of new, alteration or repair of equipment (non-Real Property)
• Installation of new, alteration or repair of generators
• Provide DD1354 line items with quantities and costs for Real Property sustainment accounting
• Protective device coordination studies (using EasyPower software) including arc-flash and labeling for electrical equipment
These Construction services requirements will support Hill AFB, Utah Air National Guard Base, Little Mountain Test Annex, Utah Test and Training Range, and other locations within the jurisdiction of Hill AFB. The Hill AFB Operational Contracting Office anticipates a subsequent solicitation and a Multiple Award Construction Contract (MACC) with up to ten Indefinite Delivery Vehicle (IDV) contracts. Interested firms should shall have a qualified representative located within a 75 mile radius of Hill AFB, UT. The estimated maximum contract value of the MAC is $500,000,000. The anticipated individual task order (TO) minimum is $2,500.00 and maximum $50,000,000. The anticipated MACC is anticipated to consist of a 5- year base ordering period, and an additional one-year option. The total period of performance (PoP), including option, is not expected to exceed 7 years.