Y -- Construction of Air National Guard Combat Rescue Helicopter Simulator Building at Francis S. Gabreski Air National Guard Base SOL W912DS25S0046 DUE 06/13/2025 at 12:00PM -04:00 POC Adrian Stafford-Browne, adrian.j.stafford-browne@usace.army.mil, tel:9177908087 Nicholas P. Emanuel, Nicholas.P.Emanuel@usace.army.mil, tel:9177908069
This is a SOURCES SOUGHT for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, New York District, will use information obtained under this source sought to develop an acquisition strategy to meet the requirements for the Air National Guard Combat Rescue Helicopter Simulator Building construction project at Francis S. Gabreski Air National Guard Base.
The intent of this sources sought is to assess industry's small business concerns including 8(a) companies within New York with an SBA approved office for competition in New York, Historically Underutilized Business Zone (HUB Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), and all small businesses under the size standard, capability and interest in performing the construction project at Francis S. Gabreski Air National Guard Base, NY using the design-bid-build process to meet the needs of the U.S. Army.
The NAICS code for this project is 236220, Commercial and Industrial Building Construction. The small business size standard is $45.0 million. The Government must ensure there is adequate competition among contractors for work to be performed under this solicitation.
The United States Army Corps of Engineers (USACE) New York District (NAN) anticipates a potential requirement for Design-Bid-Build (DBB) construction services to construct a new, single floor, 8,202 square foot combat rescue helicopter simulator facility for the Air National Guard (ANG) at Francis S. Gabreski Air National Guard Base, Westhampton, NY. The new building is anticipated to support a simulator for the HH-60W helicopter, its’ supporting equipment, briefing and debriefing room, mission planning room, instructors' office, administrative office, building support rooms and toilet facilities. The anticipated requirement does not include procurement or installation of the helicopter simulator.
The facility is anticipated to be slab on grade foundation with spread footings on grade beams and require a thickened mat foundation will be located directly below the simulator equipment. The exterior shell of the simulator bay is anticipated to have masonry veneer and metal panel on reinforced concrete masonry unit (CMU). The one-story administration areas are anticipated to be constructed of masonry veneer and metal panel on metal studs. The roof is anticipated to be low slope standing seam structural metal roofing, with gutters, leaders, and downspouts for water control.
The requirement is anticipated to include a large overhead door into the high-bay simulator area that will also feature an interior overhead crane to move equipment. The work is anticipated to include required site clearing, relocation of utilities, grade changes, connecting the new building systems into the existing base-wide systems, and incidental related work.
The Government estimates that design and construction of the potential requirement can be completed within eighteen (18) months from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice.
The anticipated magnitude of construction is between $10,000,00 and $25,000,000.
The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,500,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1BZ, Construction of Other Airfield Structures.
Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above are invited to provide capability statements to the primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.
Capability Statement Submission Requirements:
All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to ten (10) pages total and should include the following information:
Subcontracting Opportunities for Other-Than-SB Only:
To foster inclusive opportunities and ensure broad participation of small businesses in federal contracting, we are seeking information from Other Than Small Business (OTSB) vendors on their subcontracting practices and goals. This inquiry is designed to assess the feasibility and extent of subcontracting possibilities in alignment with federal guidelines and to support the economic growth of small businesses through meaningful subcontracting opportunities. In your response, please address the following considerations by providing estimated subcontracting percentages for each of the socioeconomic categories (small business, small disadvantaged business, women-owned small business,
HUBZone small business, veteran-owned small business, and service-disabled veteran-owned small business):
We are looking for vendors who demonstrate a clear understanding of the importance of small business subcontracting and have strategies in place to achieve these goals effectively. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. For 8(a) and HUBZONE, firms must be certified by the Small Business Administration (SBA). All responses to this Market Research by interested businesses shall be limited to the information required above and shall be submitted via email or in writing by mail no later than 1200 PM EST on June 13, 2025
URL: https://sam.gov/opp/9c9e7054b8cd471689245a6ab125e9b7/view OutreachSystems Article Number: 20250530/PROCURE/0363