Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
MODIFICATION

Y -- Chemical and Metallurgical Research Replacement (CMRR) Warehouse, Los Alamos National Labs, Los Alamos County, NM

Notice Date
5/19/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-16-R-0022
 
Point of Contact
Francesca M Luna, Phone: 505-342-3453
 
E-Mail Address
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 CMRR Warehouse for Los Alamos National Labs, NM. The project will be for the construction of a warehouse building for storage and assembly/cold testing. improvements to existing vehicular access drives, a new vehicular access drive and parking area; a semi-trailer loading dock and turnaround; outside storage area; retention ponds; rigid pavement; flexible pavement; retaining walls; concrete stoops, ramps and pads, sidewalks, curb and gutter; drainage culverts and swales; erosion protection; and building service utilities. The project has been designed to achieve LEED GOLD certification. This project will be registered under LEED 2009 v3.0. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government intends to issue a solicitation utilizing the Best Value method; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) 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), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing the construction of the warehouse including additional project aspects such as improvements to existing vehicular access drives, a new vehicular access drive and parking area; a semi-trailer loading dock and turnaround; outside storage area; retention ponds; rigid pavement; flexible pavement; retaining walls; concrete stoops, ramps and pads, sidewalks, curb and gutter; drainage culverts and swales; erosion protection; and building service utilities. The project has been designed to achieve LEED GOLD certification. This project will be registered under LEED 2009 v3.0. 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 240 calendar days. Minimum capabilities required include LEED Gold Certification. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 30 May 2016, and the estimated proposal due date will be on or about 30 June 2016. 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 CMRR Warehouse (include firm's capability to execute construction, comparable work performed within the past 5 years: 5a. 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 Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB 4. Firm's Joint Ventures (existing), including Mentor Protégés 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). Interested Firm's shall respond to this Sources Sought Synopsis no later than 23 May 2016, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Francesca M. Luna, USACE Albuquerque District, Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. 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-16-R-0022/listing.html)
 
Place of Performance
Address: Los Alamos National Laboratory, Los Alamos, New Mexico, 87544, United States
Zip Code: 87544
 
Record
SN04122163-W 20160521/160519234125-7d9271f7c330fc6eef02fa2e7489a860 (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.