SOURCES SOUGHT
Y -- AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
- Notice Date
- 2/14/2025 6:32:20 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- FA8219 AFNWC PZBG HILL AFB UT 84056-5837 USA
- ZIP Code
- 84056-5837
- Solicitation Number
- FA8219-25-S-LFNWC
- Response Due
- 3/17/2025 1:00:00 PM
- Archive Date
- 04/01/2025
- Point of Contact
- Jeremy Grimley, Peggy Japngie Lizotte
- E-Mail Address
-
jeremy.grimley.1@us.af.mil, peggy.japngie_lizotte.1@us.af.mil
(jeremy.grimley.1@us.af.mil, peggy.japngie_lizotte.1@us.af.mil)
- Description
- This Sources Sought Notice (SSN) with Request for Information (RFI) is being issued for informational and planning purposes only as market research (FAR 10.001(b) to determine the availability, capability, information, and interest of firms from industry for a potential Government requirement. This is NOT a Request for Proposal (RFP). 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 preparation of responses to this announcement. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSN/RFI; all costs associated with responding to this notice will be solely at the interested party�s expense. Any information submitted by respondents to this technical description is strictly voluntary. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Air Force Nuclear Weapons Center (AFNWC) is seeking information from interested contractors for the Design and Construction of the Sentinel Systems Infrastructure Launch Facilities in missile fields, associated with three (3) different Air Force Bases (AFB). F.E. Warren (AFB) located in Wyoming, with launch facilities in Colorado, Nebraska, & Wyoming. Malmstrom (AFB) located in Montana. Minot (AFB) Located in North Dakota. GENERAL SCOPE: The United States Department of the Air Force (DAF) plans to procure the replacement of the Minuteman III infrastructure launch facilities that have reached the end of their lifecycle. The Air Force Nuclear Weapons Center anticipates potential requirements for military construction (MILCON) of Sentinel Lauch Facilities located across five (5) states encompassing three (3) Air Force Bases. This requirement is anticipated to be accomplished as a Design-Build (DB) and/or Design-Bid-Build (DBB) project(s). The project execution window is currently anticipated between 2028-2040. The potential requirement may result in a solicitation issued approximately 2026. The Sentinel Ground Based Strategic Deterrent Intercontinental Ballistic Missile System Program at these AFBs include constructing 450 launch facilities across 40,000 square miles. These new launch facilities will be located within secure boundaries. Sub-surface hardened silo dimensions are estimated to be 20 feet in diameter with a depth of 110 feet and hardened sub-surface support facilities estimated to be 1,000 to 2,000 square feet to house critical equipment. Each launch facility will be permanent construction. These facilities will comply with Department of Defense Anti-terrorism/Force Protection requirements. Additionally, the hardened launch facilities will be equipped with delay and denial measures. Additional information about the program can be found in the Final Environmental Impact Statement (FEIS) which is located here: https://www.afgsc.af.mil/Sentinel/Environmental-Impact-Statement/ In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(v), the Government currently estimates the magnitude of construction for the potential project is over $500,000,000. With current estimates of magnitude of construction for each location: Between $5,000,000,000 and $10,000,000,000 F.E. Warren (AFB) Malmstrom (AFB) Minot (AFB) The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990 Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1BF, Construction of Missile Systems Facilities. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to self-perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below. Since information received from this sources sought synopsis will be used to make acquisition decisions, both small businesses and other than small businesses are encouraged to submit responses to the Capability Statements, PLA Survey and Request for Information attachments. Please provide responses to the attached capabilities, PLA Survey and Request for Information questions by e-mail to Peggy Japngie Lizotte at peggy.japngie_lizotte.1@us.af.mil and Jeremy Grimley at jeremy.grimley.1@us.af.mil no later than 2:00 PM MDT, 17 MARCH 2025. Please include in the response e-mail subject line the Sources Sought Notice number and project title, �FA8219-25-S-LFNWC AFNWC Design and Construction - Sentinel Launch Facility�.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/edf8787d890d4a1dac0299f5e3d42ce2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07344069-F 20250216/250214230031 (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 |