Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

Y -- FY20 MILL AND OVERLAY RWY 13-31 ALL ASPHALT & REPAIR SHOULDERS, CANNON AIR FORCE BASE, CURRY COUNTY, NM

Notice Date
4/1/2020 8:25:06 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP20R0010
 
Response Due
4/16/2020 1:00:00 PM
 
Archive Date
05/01/2020
 
Point of Contact
Karen Irving, Phone: 5053423356, Fax: 5053423496, Kathleen A. Mayer, Phone: 5053423391
 
E-Mail Address
karen.k.irving@spa02.usace.army.mil, kathleen.mayer@usace.army.mil
(karen.k.irving@spa02.usace.army.mil, kathleen.mayer@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP20R0010 FY20 MILL AND OVERLAY RWY 13-31 ALL ASPHALT & REPAIR SHOULDERS, 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 Runway 13-31 � Mill and Overlay Asphalt Runway and Repair Shoulders at Cannon Air Force Base, New Mexico.� The proposed project will be a competitive, firm-fixed price, design bid build contract procured in accordance with FAR 15, Negotiated Procurement using a �Best Value� trade-off process. The government intends to issue a solicitation 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 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), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) 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 constructing an AC 4"" min deep mill and overlay of Runway 13/31. In addition, construct 25 Ft. shoulders along both sides of Runway 13/31, approximately 8,200 ft. in length. Project includes: removing existing shoulders; installing paved shoulders; installing runway lighting; installing threshold lighting in tailhook gap; installing counterpoise system; improving site subbase; grading for proper drainage; painting/repainting airfield markings, as required; and all necessary work to bring paved and unpaved areas up to acceptable DoD. 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 300 calendar days. The minimum/special capabilities required for this project are: --Prime Contractor experience with the construction of mil and overlay to an existing active military airfield with on-going military missions. --Prime Contractor experience with the electrical attributes construction associated with a military airfield. --Prime Contractor experience with the security requirements imposed on construction outfit and the associated personal working on military airfield.� --Prime Contractor experience on working in an area with limited personal and construction resources. The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $39.5 Million.� The Federal Supply Code is Y1LB.� 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 6 May 2020, and the estimated proposal due date will be on or about 5 June 2020.� The official synopsis citing the solicitation number will be issued on https://beta.sam.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 Mil and Overlay for the 13/31 Runway (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, etc 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 16 April 2020, 2:00PM MDT.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail, fax or email your response to: Karen Irving, U.S. Army Corps of Engineers, Albuquerque District, Contracting Division, 4101 Jefferson Plaza NE, Albuquerque NM 87109. Email responses to karen.k.irving@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
SAM.gov Permalink
(https://beta.sam.gov/opp/6acb664e50b8450e8ddf396988e19e39/view)
 
Place of Performance
Address: Cannon AFB, NM, USA
Country: USA
 
Record
SN05607746-F 20200403/200401230148 (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  © 1994-2020, Loren Data Corp.