Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2025 SAM #8713
SOURCES SOUGHT

99 -- Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Utilities Infrastructure System

Notice Date
10/2/2025 12:49:17 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW_SentinelGBSD-Utilities_NAICS237130
 
Response Due
10/31/2025 1:00:00 PM
 
Archive Date
11/15/2025
 
Point of Contact
Kyla Couch, Curt Stepp
 
E-Mail Address
kyla.m.couch@usace.army.mil, curt.d.stepp@usace.army.mil
(kyla.m.couch@usace.army.mil, curt.d.stepp@usace.army.mil)
 
Description
INTRODUCTION U.S. Army Corps of Engineers (USACE), Seattle District, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the anticipated design-bid-build (DBB) construction contract under the Sentinel Ground Based Strategic Deterrent (GBSD) Operation and Maintenance Complex (OMC) located at Malmstrom Air Force Base, Great Falls, Montana: Sentinel Utilities Infrastructure System The intent is to procure this project on a competitive basis as a firm-fixed price DBB construction project. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. The type of solicitation to be issued will depend upon information received in response to this sources-sought notice. No reimbursement will be made for any costs associated with providing information in response to this sources-sought notice or any follow up information. Responses to this sources-sought announcement will be used by the Government to make appropriate acquisition decisions. All interested firms should respond to this notice no matter what business size. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this sources-sought notice. No award will be made from this sources-sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. All interested firms must be registered in System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of Government contracts. PROGRAM BACKGROUND The Sentinel Operation and Maintenance Complex provides necessary command, maintenance, training, and missile handling facilities for the Sentinel (GBSD) Intercontinental Ballistic Missile (ICBM) to replace the current Minuteman III (MMIII) ICBM over the next two decades. The Sentinel (GBSD) Integrated Command Center (ICC) is necessary to provide centralized operations for: day-to-day mission control, status and security monitoring, weapons systems management, cyber defense, and completing the real-time, tailored leadership picture. The Consolidated Maintenance Facility (CMF) centralizes all Sentinel maintenance functions under one roof while the Integrated Training Center (ITC) is required to consolidate all Sentinel wing-level operational, maintenance, security forces, and cyber-defense training into one facility where airmen train together in a collaborative environment on Sentinel (GBSD) unique systems and devices. The Missile Handling Complex (MHC) is designed to accommodate the Sentinel (GBSD) ICBM system which uses different handling methods and security levels than the current MMIII system. The Sentinel Utilities Infrastructure Systems project will construct services for water, wastewater, electrical, natural gas, and telecommunications utilities distribution systems to serve the entire Sentinel GBSD Complex at Malmstrom Air Force Base (MAFB), MT. These Sentinel (GBSD) facilities are necessary to improve interaction, collaboration, and efficiency in conducting day-to-day operations, maintenance, and training; they replace outdated, inadequately sized MMIII facilities; they improve working conditions and thus airmen retention; and they directly support the Nation's continued commitment to strategic deterrence. The project listed below is anticipated to be incrementally funded. SUMMARY DESCRIPTION OF PROPOSED PROJECT: Summary description of the anticipated firm-fixed price design-bid-build construction project is provided below as well as in the provided attachment. Sentinel Utilities Infrastructure System Construct the Sentinel Utility Infrastructure System at Malmstrom Air Force Base (MAFB) that will provide water, wastewater, electrical, natural gas, and telecommunications utilities distribution systems to serve the entire Sentinel Ground Based Strategic Deterrent (GBSD) Complex at MAFB, Montana (MT). Each OMC (ICC, ITC, MHC, CMF) facility project must provide water, electrical, natural gas, and telecom from the building to the project boundary, where it must be connected to the utilities provided under this project. Overall site improvements include clearing, grubbing, grading, minor demolition, drainage, utility, and communications connections, plus access paving, parking, and walkways as applicable. The work also includes fiber services to the Base utility facilities impacted by the work under this contract, including Information Transfer Node (ITNs), Electrical Substation, and water pump stations. The time associated with Base Communications squadron (Base Comm) installation of Government Furnished and Government Installed (GFGI) equipment in the ITNs will also impact the ability to provide service to the buildings. Period of Performance is anticipated to be approximately 1,095 calendar days, with a construction award targeted for fiscal year 2027. ELIGIBILITY The North American Industry Classification System (NAICS) code for this project is 237130, Power and Communication Line and Related Structures Construction, and the associate small business size standard is $45,000,000. In accordance with DFARS 236.204, construction magnitude is estimated to be in the price range of between $100,000,000 and $250,000,000. 100 percent payment and performance bonds will be required of proposals, should a RFP be issued for this project. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement and provide bonding information applicable to each project of interest. SUBMISSION DETAILS: All interested firms are to submit their responses to the Sources Sought Notice no later than 1:00 pm (Pacific Time) on 31 October 2025. Submit responses electronically to Kyla Couch, Contract Specialist, at kyla.m.couch@usace.army.mil. Responses to this Synopsis will be shared with the Government project team but otherwise will be held in strict confidence. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. The NWS Small Business Professional point of contact is Enshane Nomoto, Enshane.Nomoto@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1f76c31b2c044fd6888e28c8bdf2353f/view)
 
Place of Performance
Address: Malmstrom AFB, MT, USA
Country: USA
 
Record
SN07611482-F 20251004/251002230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.