This Sources Sought is being issued for market research purposes and as part of the resolicitation of Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren Air Force Base (AFB), Wyoming (WY). The previous Solicitation Number was W9128F24R0034. Please note a Project Labor Agreement is not anticipated as per Class Deviation (CD) 2025-O0002 - Waiver of Project Labor Requirements effective 07 February 2025.
THIS NOTICE IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $75M. The responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions for this project.
Responses are to be sent via email to brandon.p.landis@usace.army.mil no later than 2:00 p.m. CDT, 19 March 2025. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. Please include the Sources Sought Notice Identification Number in the Subject line of any email submission.
Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M. This project will be primarily funded with MILCON-appropriated dollars. The magnitude of construction for this specific project is projected between $75M and $100M.
Project Location and Description: Construction of the GBSD ITC at F.E. Warren AFB, WY will consist of a two-story structure with a single-story, high-bay volume, stand-alone building. The facility will contain classrooms, administration space, virtual training areas, and training spaces for Security Forces, Cyber Defense, and Operations. The single-story volume contains the maintenance training functions that require high-bay space for vehicles, cranes, and other equipment required for the training mission.The facility will consist of steel-framing and columns on a concrete slab-on-grade, meeting all seismic and mission requirements. Exterior cladding will consist of precast concrete walls with brick wainscot, insulated metal panel accents, and standing seam roof. Building support spaces will include electrical/mechanical service and distribution components/systems, water and sewer, fire protection, lightning protection, security, and communication systems. The second floor of the facility will require secure construction built to Intelligence Community Directive (ICD) 705 Technical Specifications for construction and management of Sensitive Compartmented Information Facilities (SCIF). Additional security may be required within portions of the facility based upon determination for clearance levels based on the training curriculum. Site improvements include clearing, grubbing, grading, minor demolition, paving, walkways, and storm drainage.
Project Period of Performance: 1,095 Calendar Days from construction notice to proceed (NTP).
Project Labor Agreement Requirements: As described above a Project Labor Agreement is not anticipated as per Class Deviation (CD) 2025-O0002 - Waiver of Project Labor Requirements effective 07 February 2025.
Submission Details: All interested, capable, qualified (under NAICS code 236220 – Commercial and Institutional Buidling Construction) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature for each facility as described above. Narratives shall be no longer than 10 pages. E-mail responses are required.
Please include the following information in your response/narrative:
- Company name, address, and point of contact, with (h)is/her phone number and email address
- CAGE Code and DUNS Number
- Statement certifying business size such as WOSB, SDVOSB, etc. to include any official teaming arrangements as a partnership or joint venture
- Details of similar projects within the last 5 years and state whether you were the Prime or Subcontractor
- Start and end dates of construction work
- Project references (including owner with phone number and email address)
- Project cost, term, and complexity of job
- Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES
- Details on similar projects with scope and complexity should identify experience with the following within the past 5 years.
- Construction of facilities on a DoD Military Installation.
- Construction of UFC 1-200-01, Building Code General Requirements
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.
PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $75M. ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE FIRST/SECOND QUARTER OF FISCAL YEAR 2026.
Telephone inquiries will NOT be accepted.