Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2021 SAM #7042
SOURCES SOUGHT

Y -- DESIGN BID BUILD FY18 DANGEROUS CARGO PAD AND COMBAT ARMS TRAINING AND MAINTENANCE (CATM) FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NM

Notice Date
3/9/2021 1:48:51 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP21R0021
 
Response Due
3/25/2021 2:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Francesca M Luna, Phone: 5053423453, Fax: 5053423496
 
E-Mail Address
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
 
Description
SOURCES SOUGHT For W912PP21R0021 DESIGN BID BUILD FY 18 DANGEROUS CARGO PAD AND COMBAT ARMS TRAINING AND MAINTENANCE (CATM) FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO 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 SOURCES SOUGHT.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� The U.S. Army Corps of Engineers (USACE) � Albuquerque District has been tasked to solicit for and award a Dangerous Cargo Pad area and new Combat Arms Training and Maintenance (CATM) facilities for Cannon Air Force Base.� 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 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. PURPOSE OF SOURCES SOUGHT 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.� PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of constructing a dangerous cargo pad area and new CATM facilities to include an indoor small arms range, CATM building, and the Rod and Gun Club facility with a trap and skeet range utilizing conventional design and construction methods to accommodate the mission of the facility. This project includes demolition and remediation of the existing CATM facilities and compass calibration pad, approximately 8,501 SM in size. Total project includes demolition, floor slab, structural framing, insulated walls and roof, HVAC, fire suppression, openings, finishes, environmental remediation, utilities, roads, parking, site improvements, communications, and all other necessary support to ensure a complete and usable facility. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000. The minimum/special capabilities required for this project are: --Prime Contractor experience with construction of Portland Cement Concrete (PCC) and Hot Mix Asphaltic Concrete (HMAC) airfield pavements in accordance with Air Force criteria.� -- Prime Contractor experience with the construction of cargo pad to an existing active military airfield with on-going military missions.� --Prime Contractor experience with the security requirements imposed on construction outfit and the associated personnel working on a military airfield.� --Prime Contractor experience in demolition of facilities with known HTRW issues and the proper handling of such material that meet stringent Federal Antiterrorism and Force Protection Requirements including physical security design and construction provisions. --Prime Contractor experience with the Design-Bid-Build process --Prime Contractor experience providing facilities that meet stringent Federal Antiterrorism and Force Protection Requirements including physical security design and construction provisions The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5 Million.� Small Businesses are reminded under FAR 52.219-14 DEV, 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, or similarly situated entities 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 the 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the solicitation is on or about 15 July 2021. The official synopsis citing the solicitation number will be issued on Beta.SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT Firm�s response to this Sources Sought shall be limited to 10 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address, CAGE, DUNS, and website (if applicable). 2.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, EWOSB, 3.� Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude and complexity as the Dangerous Cargo Pad and CATM Facility. 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 your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Prot�g� program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed. 4. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing 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). 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 25�March 2021, 2:00PM MST.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to Francesca Luna at Francesca.m.luna@usace.army.mil. Firms responding to this sources sought notice 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 notice. 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/ee54a3ef98bd4330bb8aa9efbc936450/view)
 
Place of Performance
Address: Cannon AFB, NM 88103, USA
Zip Code: 88103
Country: USA
 
Record
SN05937799-F 20210311/210309230112 (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.