Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

Y -- MELROSE FIRE STATION, MELROSE AIR FORCE RANGE, ROOSEVELT COUNTY, NM

Notice Date
8/17/2018
 
Notice Type
Presolicitation
 
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
W912PP19R0003
 
Archive Date
9/19/2018
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP19R0003 MELROSE FIRE STATION, MELROSE AIR FORCE RANGE, ROOSEVELT 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 fire station at Melrose Air Force Range, New Mexico. Melrose Air Force Range is affiliated Cannon Air Force Base, Curry County, New Mexico. The proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement utilizing 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 a new fire station, (576 SM) with a covered vehicle storage area (288 SM) at Melrose Air Force Range, in compliance with the requirements contained in the Request for Proposal (RFP). The new facility will consist of a metal building with a reinforced concrete foundation and floor slab to serve as an airfield fire and rescue station. The functional areas include administration offices, training room, Self-Contained Breathing Apparatus (SCBA) storage, communication room, break room, kitchen, bunk rooms, men's and women's restrooms and showers, and 2 enclosed vehicle storage bays with roll-up doors to fit 27 SOCES Fire Dept Aircraft Recovery and Fire Fighting (ARFF) vehicles. The facility is to be equipped with central air and heat from an electric central boiler. This project includes utilities and the installation and tying in of all communications. Fire suppression, HVAC, back-up generator, septic system, potable water storage tank, booster pumps, piping, valves, and all associated appurtenances may be included in this project. The project also includes earthwork for unimproved parking, site improvements, and all associated facility support. The facility will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1- 200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with antiterrorism/force protection requirements per UFC 4-010-01 and UFC 4-730-10 Fire Stations. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000 and $5,000,000. The minimum/special capabilities required for this project are: •experience in fire station construction •USACE construction experience •austere construction in remote locations, •ATFP requirements, and •Experience with High Performance Sustainability Requirements (HPSB), and experience on projects requiring HPSB Third Party Certification. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. 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 24 Oct 2018, and the estimated proposal due date will be on or about 26 Nov 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 Melrose Fire Station (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, WOSB 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 4 September 2018, 2:00PM MST. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP19R0003/listing.html)
 
Place of Performance
Address: Melrose Air Force Range, New Mexico, United States
 
Record
SN05043901-W 20180819/180817231228-6ee86cca345ae2ec301eb63b0cbd1135 (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.