Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOURCES SOUGHT

Y -- FY15 SOF (SPECIAL OPERATIONS FORCES) SQUADRON OPERATIONS FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NM

Notice Date
6/6/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-14-R-0037
 
Response Due
6/20/2014
 
Archive Date
8/5/2014
 
Point of Contact
Francesca M. Luna, 505-342-3453
 
E-Mail Address
USACE District, Albuquerque
(francesca.m.luna@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP-14-R-0037 FY15 SOF (SPECIAL OPERATIONS FORCES) SQUADRON OPERATIONS FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NM This is a SOURCES SOUGHT announcement; 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 SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award a Squadron Operations Facility for a Special Tactics Squadron (STS) at Cannon Air Force Base, New Mexico. The proposed project will be a competitive, firm-fixed price, design build contract procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase quote mark Best Value quote mark trade-off process. The government intends to issue a solicitation using a Two-Phase quote mark Best Value quote mark trade-off process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of designing and constructing a squadron operations facility. Structures will consist of concrete foundation and floor slab, steel frame, masonry walls, and a sloped metal roof. Functional areas include a command section, operations, simulators, human performance, indoor storage rooms including individual gear cages, logistics, and an armory. The project will also provide covered storage area and a synthetic grass fitness field, and includes utilities, roads, parking, sidewalks, site improvements, landscaping, fire detection and protection, and all necessary support. The project includes demolition of existing facilities. Special site conditions involve the removal of an abandoned dirt runway and construction of a primary roadway and utilities with longer than standard runs from existing utilities to project site. Project will require preparation of a LEED checklist and follow through LEED certification at the LEED Silver rating level at minimum, requirements for enhanced commissioning, Building Information Modeling criteria, and Compliance with all Anti-Terrorism/Force Protection requirements. Design and construction will also include code, criteria, and standards for Sensitive Compartmented Information Facilities (SCIF). In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000. Estimated duration of the project is 913 calendar days. The minimum capabilities required for this project are: 1.Prime Contractor experience with SCIF construction The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5 Million. The Standard Industrial Code is 1541 and The Federal Supply Code is Y129. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 28 August 2014, and the estimated proposal due date will be on or about 1 October 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's capability to perform a contract of this magnitude and complexity same or similar to the Squadron Operations Facility (include firm's capability to execute construction, comparable work performed within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 10. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Interested Firm's shall respond to this Sources Sought Synopsis no later than 20 June 2014, 2:00PM MST. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to: Francesca Luna, U.S. Army Corps of Engineers, Albuquerque District, Contracting Division, 4101 Jefferson Plaza NE, Albuquerque NM 87113. Fax responses to 505-342-3496 or email responses to francesca.m.luna@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-14-R-0037/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN03388228-W 20140608/140606234710-f7607aca8b2464d2a46f1f470faccda6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.