SOURCES SOUGHT
Y -- Sources Sought Announcement of Ground Based Strategic Deterrent Utility Corridor, Francis E. Warren Air Force Base, Wyoming
- Notice Date
- 5/12/2025 12:47:38 PM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SM032
- Response Due
- 7/1/2025 12:00:00 PM
- Archive Date
- 07/02/2025
- Point of Contact
- Brandon Landis, John Solomon
- E-Mail Address
-
brandon.p.landis@usace.army.mil, john.s.solomon@usace.army.mil
(brandon.p.landis@usace.army.mil, john.s.solomon@usace.army.mil)
- Description
- Sources Sought Announcement of Ground Based Strategic Deterrent (GBSD) Utility Corridor (UC), Francis E. Warren (FEW) Air Force Base (AFB) Sources Sought Number: W9128F25SM032 This is Sources Sought Notice is being issued for informational purposes only as market research to determine the availability, capability, and interest of firms for a potential Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATIONS ARE CURRENTLY AVAILABLE. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Any information submitted by respondents to the technical description of this notice is strictly voluntary. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and gain knowledge of potential sources. The U.S. Army Corps of Engineers (USACE), Omaha District is conducting market research to identify interested vendors (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS AND FROM POTENTIAL SUBCONTRACTORS WITH APPROPRIATE COMPANY BONDING CAPABILITY (SINGLE PROJECT) FOR RESPECTIVE COMPONENTS OF WORK AND RANGE OF PROJECT MAGNITUDE LISTED BELOW. Magnitude of Construction: In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(v), the Government currently estimates the magnitude of construction for the project is over $500,000,000.. The anticipated project will be primarily incrementally funded with MILCON-appropriated dollars as further described below. Project Location and Description: The Sentinel Ground Based Strategic Deterrent Intercontinental Ballistic Missile System at F.E. Warren (FEW) Air Force Base (AFB) requires new utility and communication routes and connections to meet Weapon System criteria. As such, the Government anticipates a project requirement for military construction (MILCON) of a Sentinel Utility Corridor at FEW AFB missile fields located within Wyoming (WY), Colorado (CO), and Nebraska (NE). The majority of the project work will occur along the existing Hardened Intersite Cable System (HICS). As such, planning and design activities are currently ongoing to maintain execution and delivery timelines. The project is planned to have incremental funding from Fiscal Year (FY) 2025 through 2029; incremental funding is anticipated to be approximately 20% of the total project cost per FY. The project involves constructing utility corridors connecting the Sentinel Missile Field Launch Facilities, Launch Centers, and Wing Command Center at FEW AFB. The total length of the utility corridor infrastructure is anticipated to be between 1,500 and 2,500 miles. The project requirements will include the installation of conduits by various means, communication lines, construction of pull vaults and manholes, and boring under roadways, rivers, railways, etc., and the purchase and installation of the communications media. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/ force protection requirements per UFC 4-010-01. The anticipated project delivery method for the project is Design-Build. Note, that permanent real estate and temporary construction work easements are being procured via separate contract action. Thus, USACE is seeking feedback on the construction industry�s ability to support design and acquisition of the project as well as input on construction methods to streamline project completion and assure efficient real estate acquisition. Special construction and functional requirements: Due to evolving project requirements, mission-critical need of the project, incremental funding, and separate real estate procurement effort, the Government is seeking ways to phase or increment the project, identify construction methods to minimize disturbance on non-Government owned lands, plan construction methodologies to assure predictable permanent land acquisitions, definable and efficient temporary real estate easements to support construction, and streamline timelines for project completion. Project Period of Performance: As described within the attached questionnaire, a construction completion date of 2031 is currently being considered. However, this may change based on the responses received. Submission Details: All interested, capable, qualified (under the North American Industrial Classification System (NAICS) Code 237130 � Power and Communication Line and Related Structures Construction) and responsive contractors are encouraged to reply to this publication. Please complete the attached questionnaire and return it to the parties indicated below. Additionally, please submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than twelve (12) pages. Please include the following information in your narrative: Company name, address, and point of contact, with phone number and email address � CAGE Code and DUNS/EID number � Business size to include any official teaming arrangements as a partnership or joint venture � Details of similar projects and state whether you were the Prime or Subcontractor � Details of similar projects in which you partnered with either construction and/or design firms for an extended period of time and achieved successful results. � 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 CAPACITY OF PERFORMANCE AND PAYMENT BONDS (BOTH SINGLE AND AGGREGATE) Details on similar projects with scope and complexity should identify experience with the following within the past ten (10) years. � Design and/or Construction of large utility projects to include boring in remote locations. � Design and/or Construction of large utility projects requiring escorting when and around secure areas. � Design and/or Construction of large utility projects on a DoD Military Installation. � Design and/or Construction of large utility projects that require construction phasing over significant areas to include coordination with owners of private property, railroads, etc. which may require right of entry, easement compliance and other elements to complete work. Responses are to be sent via email to brandon.p.landis@usace.army.mil and courtesy copy john.s.solomon@usace.army.mil with the Sources Sought Number and Company Name as follows: �Sources Sought Number W9128F25SM032 Response / Company XYZ� in the subject line no later than 2:00 PM (Central), 1 July 2025. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/57206c2487734b3d96f6df0511e413fa/view)
- Place of Performance
- Address: WY, USA
- Country: USA
- Country: USA
- Record
- SN07439984-F 20250514/250512230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |