Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

Y -- Nuclear Systems Wing & Sustainment Center Phase 2, Kirtland Air Force Base, Bernalillo County, New Mexico

Notice Date
8/15/2013
 
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-0003
 
Response Due
8/30/2013
 
Archive Date
10/14/2013
 
Point of Contact
Kathleen Mayer, 505-342-3391
 
E-Mail Address
USACE District, Albuquerque
(kathleen.mayer@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 for the Construction Services of the Nuclear Systems Wing & Sustainment Center Phase 2, Kirtland Air Force Base, Bernalillo County, New Mexico. The Proposed project will be a firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The government intends to issue a solicitation using 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 performing the design and construction of Phase 2 of a new Sustainment Center as part of a consolidated Headquarters Air Force Nuclear Weapons Center at Kirtland Air Force Base, Albuquerque, New Mexico. This project shall provide a two-story, 6928 square meter (74,572 sf) facility as an addition to the Phase 1 Sustainment Center facility. The Phase 1 facility is currently under construction and will provide a two-story, 5310 square meter (57,156 sf) facility upon completion and will connect to building 20325 via a first floor enclosed corridor. Upon completion, the consolidated Headquarters Air Force Nuclear Weapons Center will consist of existing building 20325, the Phase 1 Sustainment Center facility, and the Phase 2 Sustainment Center facility provided by this project. The Phase 2 facility shall physically tie into the Phase 1 facility via pre-determined connection points on both first and second floors. The contractor will be required to coordinate the Phase 2 tie-in with the Phase 1 building which will be fully occupied and operating as a secure, controlled access facility with integrated Secure Compartmented Information Facilities (SCIF). The contractor shall have past experience building Controlled Access and SCIFs and be very familiar with the specific requirements of each. The contractor will also be required to work within the highly constrained site with limited parking and staging areas. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. Estimated duration of the project is 730 calendar days. 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 1542 and The Federal Supply Code is Y1JZ. 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 the 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 15 October 2013, and the estimated proposal due date will be on or about 14 November 2013. 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 6 pages (including Project Labor Agreement questions below) and shall include the following information: 1.Firm's name, address, point of contact, phone number, and e-mail address 2.Firm's interest in bidding on the Nuclear Systems Wing & Sustainment Center Phase 2, Kirtland Air Force Base, Bernalillo County, New Mexico. 3.Firm's capability to perform a contract of this magnitude and complexity same or similar to the Nuclear Systems Wing & Sustainment Center Phase 2, Kirtland Air Force Base, Bernalillo County, New Mexico (include Firm's capability to execute construction, comparable work performed within the past 7 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide at least 3 examples 4.Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB 5.Firm's Joint Ventures -(existing), including Mentor Proteges and teaming arrangement information is acceptable. 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. PROJECT LABOR AGREEMENT The Corps of Engineers Albuquerque District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) from large scale construction projects (exceeding $25 million) within the Albuquerque District area of responsibility. A PLA is defined as a prehire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will (1) Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Please respond to the following questions: (1) Should PLAs be executed on selected large dollar contracts in Albuquerque District Area? (2) Are there concerns by prime contractors on the availability of skilled construction labor? (3) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? (4) What type of project should not be considered for PLA clauses? (5) What is the time impact to the completion of the contract due to a PLA? (6) What is the cost impact to the bid due to a PLA? (7) What other factors should the Corps consider before deciding to include PLA provisions in a U.S. Army Corps of Engineer, Albuquerque District contract? Interested Firm's shall respond to this Sources Sought Synopsis no later than 02:00 PM (MST) 30 August 2013. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Ms. Kathleen Mayer, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505)342-3496, Email address: kathleen.mayer@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-0003/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN03150131-W 20130817/130815235400-277c2f0b6b2f9b87cc7ef49ebf5c888a (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.