SOURCES SOUGHT and PROJECT LABOR MARKET SURVEY RESPONSE SUMMARY
F-35 Special Access Program Facility (SAPF), Ebbing ANGB, Fort Smith, Arkansas
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 march 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 – The Fort Worth District has been tasked to solicit for and award a contract for the construction of an F-35 Special Access Program Facility for multi-country secure mission planning to support the bed-down of the F-35 aircraft located at Ebbing Field ANG in Fort Smith, Arkansas.
BACKGROUND:
The proposed project will be a competitive, firm-fixed price construction contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members 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) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.
The Government is seeking qualified, experienced sources capable of performing the following:
Construct an F-35 Special Access Program Facility providing controlled workspace for ICD 705 compliant secure flight planning and training, unclassified aircrew training and administrative space, aircrew flight equipment storage and maintenance, and step desk to support combat crew functions. The facility is segregated to support up to three foreign countries using separate secure systems. The facility includes concrete floor slabs and footings on pile foundation, structural steel frame, brick masonry finish walls, concrete decking, and a combination pitched standing seam metal and flat roof. The facility has lightning protection, fire detection and suppression, intrusion detection, and all required supporting facilities to provide a complete and usable facility including utilities, pavements, site improvements, and communication support. Privatized utility connection fees are included in their respective supporting facilities line item. Facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. Air Conditioning: 195 Tons.
In accordance with DFARs 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000.
The estimated period of performance is 730 calendar days
The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $45M.
The Product Service Code is Y1BZ.
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, a 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.
Firm response to this Notice shall be limited to 10 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.
- Firms capabilities (see below for requirements).
- 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-Protégé, Teaming Arrangement, or Other
- Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).
Capabilities
Provide examples of the company’s capability to perform a contract of similar magnitude and complexity described in this survey. If your company has completed projects of a similar size, scope (construction and testing of similar facilities) and complexity, include examples of this. Same/similar experience is defined as construction matching this project’s scope with emphasis on the following areas:
- Secure boundary/RF shielding construction and successful building/facility certification (TEMPEST);
- Construction of F-35 pilot training facilities with a contract value of at least $30,000,000 per project. With decreased relevancy, facilities with similar functions may be presented. For example, pilot training facilities for other aircraft can be presented. They are less relevant than F-35 pilot training facilities.
- Construction of Secured Facility Project(s) to ICD 705 Standards and the F-35 Joint Program Office (JPO) Facility Requirements Documents (FRD).
- Successful building accreditation by responsible Accreditation Official (AO).
Include information on your company’s past contracts within the last five years. Provide at least three, but no more than ten examples of how your company can meet the requirements as stated in the Sources Sought Synopsis. Provide information for each project in the following order:
- Project Name/Title
- Project Location
- Dollar Value
- Timeliness of Performance
- Brief Description of Project
- Customer
- Customer Point of Contact (Name, Phone Number, and Email Address)
- Customer Satisfaction
- Certifications
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 issues 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. This project is anticipated to be awarded in FY26 when the new CMMC requirements are in effect. Companies will need to ensure they are properly certified. Failure to meet the CMMC will make an offer ineligible for award.
Project will require a small business subcontracting plan. The proposed goals are listed below.
Small Business: 30.66%
Small Disadvantaged Business: 5%
Service-Disabled Veteran Owned: 5%
Woman Owned: 5%
HUBZone:3%
If you believe the Government should utilize different goals, please provide documentation supporting a reduction, such as current market research showing that our goals are not attainable based on the current market. If the goals are considered too low, please provide justification and support that the Government may consider in adjusting our goals, which will be included in the solicitation.
Interested Firms shall respond to this Notice no later than 14 April 2025. Mail, fax or email your response to Major Ngoh at terence.k.ngoh@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.