News

Missile Motor Receipt and Motor Transfer Facility/Rail at Utah Test and Training Range

Type of document: Contract Notice
Country: United States

Missile Motor Receipt and Motor Transfer Facility/Rail at Utah Test and Training Range

Agency:
Department of the Army

Official Address:
1325 J. Street Sacramento CA 95814

Zip Code:
95814

Contact:
Deanna C. Zemovich, Contract Specialist, Phone 9165577027, Email deanna.c.zemovich@usace.army.mil – Tracy Tenholder, Contracting Officer, Phone 9165575298, Email tracy.tenholder@usace.army.mil

Link:

Date Posted:
28/06/2019

Classification:
Y

Contract Description:

**This project is moving forward under the Solicitation Number
W9123819R0006 – New Title: UTTR Missile Motor Receipt/Storage Facility.**

6/26/2019 – Industry Day Briefing & Sign-in Sheet is posted to this sources sought. All information concerning the solicitation of this project will be posted to FBO under the solicitation number W9123819R0006. Pre-Solicitation to post soon.
_______________________________________________________

W91238-19-S-1313 


(Extend Responses – due 11/02/2018 @ 3:00 Pacific local time)
 

This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Deanna Zemovich at Deanna.C.Zemovich@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition(s).

Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for design-bid-build construction of the Missile Motor Receipt and Motor Transfer Facility/Rail located at the Utah Test and Training Range (UTTR) in Utah. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors.

The Government may decide to advertise the project as one or two separate procurements, as follows:

Solicitation(s) currently planned for June 2019.

In accordance with DFARS 236.204, the estimated magnitude of the resulting contract(s) is expected to be between $25,000,000 and $100,000,000 (total for Missile Motor Receipt and Motor Transfer Facility/Rail work). The estimated period of performance is more than 540 days.

The resulting contract(s) type is expected to be a Firm-Fixed Price.

The NAICS Code is 237990 – Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Product Service Code is Y1EA.

Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction.

Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.

PROJECT DESCRIPTIONS

(A) Design-bid-build construction of the Missile Motor Receipt located at the Utah Test and Training Range (UTTR) in Utah

The scope of this project is to construct eighteen (18) earth-covered Modular Storage Magazines at the Utah Test and Training Range (UTTR).

Eighteen (18) new magazines configured for air bearing operations will be constructed for the staging of D5 missile motors. Each magazine will include a mechanical room and an elevated concrete dock and floor with air-pallet-bearing floor finish. Magazines will be located within the existing munitions storage area (MSA) security perimeter. The size of each magazine is based on the Navy Modular Storage Magazine, with modifications to the standard design to be approved by DDESB during the current design phase.

This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti- Terrorism Standards for Buildings. Supporting facilities include site preparation, special foundations, paving, AT/FP features, electrical utilities (primary and secondary distribution, lighting, transformers, telecommunications infrastructure, lightning protection), and mechanical utilities (sanitary sewer, potable water supply, fire protection).

Project will include special inspections per UFC 1-200-01 and UFC 3-301-01. Facility Evaluation Tests (FET) will be required to be completed during and after construction to verify that the completed structures are in compliance with the User’s Facility Design Criteria documents-the FET will be primarily completed by User representatives.

(B) Design-bid-build construction of the Motor Transfer Facility/Rail located at the Utah Test and Training Range (UTTR) in Utah

The scope of this project is to construct a Motor Transfer Facility and approximately fifteen (15) miles of new railroad track at the Utah Test and Training Range (UTTR).

A 7,000 SF, single story, pre-engineered steel-framed, thermal-controlled Motor Transfer Facility (MTF) will be constructed with enclosed vehicle bays, an elevated concrete dock for air pallet operations and concrete pedestals for jacking boxcar. Built-in equipment at the MTF includes a bridge crane (60-tons) with dual trolleys. The site includes concrete paving, parking stalls and perimeter security fence.

Approximately fifteen (15) miles of railroad track will be constructed to support the movement of specialized D5 boxcars carrying D5 FS/SS missile motors from the Union Pacific (UP) connection point at Lakeside, Utah, to the UTTR, and the movement of the empty boxcars back to the UP point. The track roadbed section includes the grading for the track, ditches, subballast, and ballast. A wye track will be constructed to allow turning of boxcars. The track also includes a boxcar holding area (BHA) track for loaded or unloaded D5 box car marshalling and maintenance with containment pans for servicing the boxcars.

This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti- Terrorism Standards for Buildings. Supporting facilities include site preparation, special foundations, paving, AT/FP features, electrical utilities (primary and secondary distribution, lighting, transformers, telecommunications infrastructure, lightning protection), and mechanical utilities (sanitary sewer, potable water supply, fire protection).

Project will include special inspections per UFC 1-200-01 and UFC 3-301-01. Facility Evaluation Tests (FET) will be required to be completed during and after construction to verify that the completed structures are in compliance with the User’s Facility Design Criteria documents-the FET will be primarily completed by User representatives.

CAPABILITY STATEMENT

The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors’ project execution capabilities. Please provide your response to the following based on your capabilities for: (A) modular storage magazines; or B) MTF and railroad track; or BOTH. In your response, please emphasize which project scope you are providing capability statement; whether A, B, or both.

The submission is limited to 12 pages total.

1) Offeror’s name, DUNS#, address, point of contact, phone number, and e-mail address.

2) Offeror’s interest in bidding on the solicitation when it is issued.

3) Offeror’s capability to perform similar contracts of similar magnitude and complexity and comparable work performed within the past 5 years – Describe your self-performed work, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project – provide at least 3 examples. Offeror’s D-B and/or D-B-B capability should be reflected in their total project experience.

4) Offeror’s socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).

5) Offeror’s Joint Venture information if applicable – existing and potential.

6) Offeror’s Total Bonding Capability in the form of a letter from Surety.

The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) compiled document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.

Please notify this office in writing by email by 2:30 PM Pacific Time on 10 OCT 2018. Submit response and information through email to: Deanna.C.Zemovich@usace.army.mil. Please include the Sources Sought No. W91238-18-S-1313 in the subject line.

Response Date:
062819

Sol Number:
W91238-19-S-1313

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy