SOURCES SOUGHT
Y -- Construct a Flight Simulator Facility for B-21 Aircraft at Dyess Air Force Base
- Notice Date
- 6/24/2025 7:29:38 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G26R18HF
- Response Due
- 7/22/2025 2:00:00 PM
- Archive Date
- 08/06/2025
- Point of Contact
- Patricia Dickson, Phone: 8178861095
- E-Mail Address
-
patricia.l.dickson@usace.army.mil
(patricia.l.dickson@usace.army.mil)
- Description
- 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 Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation. 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 U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a firm fixed-price, Design-Bid-Build construction project for construction of a Flight Simulator Facility for B-21 Aircraft at Dyess Air Force Base, Texas. The Government is seeking experienced firms for the following scope of work: This project will construct a single story flight simulator facility with a high bay section for simulator equipment and an adjacent second story control room area. Construction includes drilled pier concrete foundation, steel frame structure, metal roof, concrete masonry unit exterior walls, back-up power, painting, and surface prep. Special foundation due to local soils, ICD 705 premium due to B-21 program special access requirements covering a large portion of the facility. Utilities include domestic water, electrical, sanitary sewer, and gas. Communications include ducted connects from the building to main distribution infrastructure. Site improvements include earthwork, landscaping, and exterior lighting. Pavements include parking, sidewalks, and roadways. Passive force protection includes standard berms, ditches, and bollards. Facilities to be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings, and Unified Facility Criteria 4-010-06, Cybersecurity of Facility-Related Control Systems. In accordance with DFARS 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. Estimated duration of the project is 30 months. NOTE: The project duration in the actual solicitation could be increased or decreased. The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000. The Product Service Code is Y1PZ�Construction of other Non-building Facilities. 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. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance is September 2026, and the estimated proposal due date will be November 2026. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. Response to this Notice shall be limited to 7 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. Firm�s experience to perform the magnitude and complexity outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project � provide at least 3 examples. 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, provide specific type: Joint Venture, Mentor-Prot�g�, Teaming Arrangement, or Other Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Firm�s capability statement. Please briefly describe your organization�s current status regarding the Cybersecurity Maturity Model Certification (CMMC) process. This includes, but is not limited to, whether you are actively working towards certification at a specific level or have already achieved CMMC Certification. If certified, please indicate the achieved level. The magnitude of construction for this project is between $25,000,000 and $100,000,000 and therefore may be subject to a Project Labor Agreement (PLA). See the attachment for the Project Labor Agreement submittal requirements. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. 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. Interested Firms shall respond to this Notice no later than 22 July 2025, 4:00 PM (CST). Email your response to Patricia Dickson at patricia.l.dickson@usace.army.mil. *EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d4559d5825b48ecac95bfe6e94d376d/view)
- Place of Performance
- Address: Dyess AFB, TX 79607, USA
- Zip Code: 79607
- Country: USA
- Zip Code: 79607
- Record
- SN07487745-F 20250626/250624230049 (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 |