Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
MODIFICATION

Y -- SOF C-130 AIR GROUND EQUIPMENT (AGE) FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NM

Notice Date
2/8/2018
 
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
W912PP18R0010
 
Archive Date
3/9/2018
 
Point of Contact
Michelle Kessinger, Phone: 5053423279
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@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 SOF C-130 Air Ground Equipment (AGE) Facility at Cannon Air Force Base, New Mexico. The proposed project will be a competitive, firm-fixed price, design build contract procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase "Best Value" trade-off process, where Step 1 involves Pre-qualification of Offerors and Step 2 involves Request for Proposals being issued to Pre-qualified Offerors. The government intends to issue a solicitation using a Two-Phase "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), 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 designing and constructing a 3,100 sf addition to and alter of the existing 12,100 sf General Purpose maintenance (GPMX) facility for C-130 Aircraft Ground Equipment (AGE) maintenance shop. Also construct new 28,500 sf of covered storage areas for AGE equipment on site and on a separate forward staging site. The addition should consist of and be designed to match the existing building and new covered storage facility to match base architectural standards; concrete foundation and floor slab, steel frame, masonry walls, fire detection/suppression features, and sloped metal roof. Functional areas in addition and alteration include open bay maintenance, administrative, storage space, dispatch, etc. Supporting facilities shall include all associated utilities, site improvements, pavements, communications, and all other necessary support systems. Special site conditions include extension of existing double 8' X 3' concrete culvert and expansion of existing PCC pavement areas. Department of Defense principles for high performance and sustainable building requirements will be included in the design, development and construction of the project in accordance with Energy Policy Act of 2005 (EPAct05), Executive Orders 13123 and 13423, 10 USC 2802 (c), and other federal laws and Executive Orders. U.S. Green Building Council (USGBC) or Green Building Initiative (GBI) Department of Defense (DoD) specific third party Guiding Principal Compliance (GPC) certification will be required. Antiterrorism /force protection measures (ATFP) will be included in accordance with UFC 4-010-01, DOD Minimum Antiterrorism Standards for Buildings dated 9 February 2012. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. Estimated duration of the project is 541 calendar days. The minimum/special capabilities required for this project are: --Prime Contractor experience with Pre-fabricated metal building erection. --Prime Contractor experience with the design and construction of USGBC or GBI GPC certified buildings. --Prime Contractor experience with ATFP standards. 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 Y1EB. 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 for Phase I is on or about 16 March 2018, and the estimated proposal due date for Phase I will be on or about 15 April 2018. 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 SOF C-130 Air Ground Equipment (AGE) Facility (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, WOSB, SDVOSB. 5. 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). 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 22 February 2018, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to michelle.l.kessinger@usace.army.mil. 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/W912PP18R0010/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Curry County, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04816529-W 20180210/180208231125-ea6675f77eea9dc89d8e83eb63612a15 (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  © 1994-2020, Loren Data Corp.