SOURCES SOUGHT
Y -- NNSA Albuquerque Complex, Albuquerque, Bernalillo County, New Mexico
- Notice Date
- 3/10/2017
- Notice Type
- Sources Sought
- 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
- W912PP17NNSAAC
- Archive Date
- 4/11/2017
- Point of Contact
- Michelle Kessinger, Phone: 5053423279, Kathleen A. Mayer, Phone: 5053423391
- E-Mail Address
-
Michelle.L.Kessinger@usace.army.mil, kathleen.mayer@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil, kathleen.mayer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- I. REQUEST FOR INFORMATION OVERVIEW =========== THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND NO CONTRACT WILL BE AWARDED FROM THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. The US. Army Corps of Engineers (USACE) Albuquerque District (SPA) is hereby issuing a Request for Information to solicit responses from interested sources experienced in providing construction services for a Design-Bid-Build NNSA Albuquerque Complex, Albuquerque, Bernalillo County, New Mexico as further defined in Section III. Project Description & Minimum Experience Requirements, below. The Government may use the responses to this RFI for information and planning purposes. This RFI is only for the purpose of identifying potential sources as part of USACE's market research. No RFP exists; therefore do not request a copy of the RFP. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Proposal (RFP). The Project Description describes only the currently contemplated possible scope of work (SOW) and may vary from the project description in a final SOW that may be included in any solicitation. Responses to the RFI will not be returned. The anticipated contract type is a competitive, Firm Fixed Price, in accordance with FAR 15, Negotiated Procurement using a "Best Value" trade-off process. However, the results and analysis of the market research will finalize the determination of procurement method. The type of acquisition, whether a set-aside or full and open competition will depend upon the responses to this RFI. The period of performance is 730 calendar days and the contractor will be required to perform work at the following location: Albuquerque, Bernalillo County, New Mexico. The projected solicitation issuance is calendar year 2018. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $100,000,000 and $250,000,000. The North American Industry Classification System code for this procurement is 236220 Commercial and Institutional Building Construction which has a small business size standard of $36.5M. 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. II. PURPOSE OF THIS RFI To request information on the experience of potential offerors to provide the services described in Section III. Project Description & Minimum Experience Requirements, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB). Information received as a result of this notice will be considered by the Government and used for ACQUISITION PLANNING PURPOSES ONLY. The Government must ensure there is adequate competition among the potential pool of responsible contractors. III. PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of performing constructing a 330,000 square feet, 3 story tall office building. This facility will provide administrative office space to accommodate approximately 1,200 employees. Project will provide numerous and varied functionalities, including offices, data centers, fitness center, secure areas, and vault-type rooms, sound transmission prevention, and blast prevention design. Work will be completed in accordance with Federal Unified Facilities Criteria, ABA requirements, NFPA 101 requirements and other requirements within the Whole Building Design Guide including preparing documents in compliance with Federal Standards and following U.S. Army Corps of Engineers processes and requirements. Facility will be LEED Gold accreditation upon completion of construction. Minimum Experience Required includes: • Demonstrated experience within the last 7-8 years providing large, secure, complex office buildings of the size and type indicated for this project. Previous team experience (i.e. JV, mentor/protégé, prime/sub) working together as a team with demonstrated successful experience delivering an office building of the size, type and magnitude indicated for this project. Experience in Federal Office Building projects is preferred. • Previous experience delivering LEED Silver or Gold Certified facilities and familiarity with LEED reporting requirements, construction processes & practices necessary to obtain Certification. • Experience integrating construction processes with 3rd party commissioning efforts and complying with findings. • Experience constructing Secure Facilities including experience constructing high level security projects, secure building systems, secure IT systems, secure hardware systems, secure communications, secure cabling/data systems, and secure electronic surveillance systems. • Previous experience providing data centers. • Previous experience constructing and working with Owner's on-site security force facilities along with constructing and working with Owner's equipment/system provisions that relate to on-site security force activities. • Previous experience providing facilities that meet stringent Federal Antiterrorism and Force Protection Requirements including physical security design and construction provisions. • Prior Government contract work is not required for submitting a response under this RFI. However, familiarity with and previous experience delivering Federal projects; including projects that meet Federal Unified Facilities Criteria, ABA requirements, NFPA 101 requirements and other requirements within the Whole Building Design Guide including preparing documents in compliance with Federal Standards and following U.S. Army Corps of Engineers processes and requirements. IV. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications to support the work described in Section III. Project Description & Minimum Experience Requirements, are asked to submit a capability/qualification statement of 8 PAGES or less. The font size is 12 points Times New Roman for this "Capability/Qualification Statement." Figures, exhibits, and diagrams don't need to adhere to this font size but should be readable. Submit your response electronically in formats accessible using Microsoft Office or Adobe Acrobat software applications. The response must include the following: 1) Company name, address, point of contact, phone, e-mail, and website (if applicable). 2) Whether your company is a Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) for NAICS code 236220 Commercial and Institutional Building Construction; size standard $36.5M. 3) Company's interest in bidding on the NNSA Albuquerque Complex, Albuquerque, Bernalillo County, New Mexico 4) A list of at least two examples of same or similar work performed in the past 7-8 years, of same or similar magnitude and complexity as the NNSA Albuquerque Complex. a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether the firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. 5) Do you intend to have partners represented in the response? This includes, but is not limited to, joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity. 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above. 7) If you are using subcontractors, are these subcontractors with which you have an established relationship? If yes, for how long? Name(s) of subcontractors. V. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS RFI All responses to this RFI shall be submitted by March 27, 2017 at 2:00PM Local MST. Please respond via electronic mail (e-mail) to Contract Specialist, Michelle Kessinger and Contracting Officer, Kathleen Mayer at the following email addresses michelle.l.kessinger@usace.army.mil and Kathleen.mayer@usace.army.mil. Submissions shall be compatible with and accessible using Microsoft Office or Adobe Acrobat software applications. When responding, reference NNSA Complex. Verbal responses will not be accepted. All information received in response to this RFI that is marked "Proprietary" will be handled and protected accordingly. As applicable, USACE may provide proprietary information to its support service contractors who are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of proprietary information to such USACE support service contractors. Pursuant to FAR 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this information is being made available for market research, information, and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay any costs associated with responses to this RFI. Respondents will not be notified of the results of any evaluation of responses. This announcement does not constitute a Request for Proposal (RFP). Please do not request a copy of the solicitation, as no solicitation exists at this time. If a firm requirement is developed and a solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website (www.fbo.gov). It is the responsibility of Offerors and interested parties to monitor the Internet site for the release of special notices, solicitation and amendments, if any, and will be responsible for downloading their own copy of the documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP17NNSAAC/listing.html)
- Place of Performance
- Address: Albuquerque, New Mexico, United States
- Record
- SN04430967-W 20170312/170310234031-61e2fe9ababc7b3167088b954c68a5b4 (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 |