Missile Assembly Support Building for White Sands Missile Range, New Mexico

Agency: DEPT OF DEFENSE
State: New Mexico
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Jan 30, 2023
Due: Feb 14, 2023
Solicitation No: W912PP23R0012
Publication URL: To access bid details, please log in.
Follow
Missile Assembly Support Building for White Sands Missile Range, New Mexico
Active
Contract Opportunity
Notice ID
W912PP23R0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST ALBUQUERQUE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 30, 2023 08:50 am MST
  • Original Response Date: Feb 14, 2023 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA
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 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 Missile Assembly Support Building at White Sands Missile Range, 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 Lowest Price Technically Acceptable (LPTA) selection 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 launcher maintenance, missile assembly support facility at White Sands Missile Range, New Mexico. The project includes an 18,800 S.F. vehicle maintenance facility including maintenance bays, wash bay, repair bays, machine shop/welding area, maintenance pit, training rooms, offices, and security vaults. Facility includes 2,300 S.Y. tactical organizational vehicle parking and apron, petroleum and hazardous waste storage buildings, cybersecurity and antiterrorism/force protection (AT/FP) measures, building information systems, fire protection and alarm systems, lightning protection and grounding system, intrusion detection system (IDS), electronic access control system (ACS), energy monitoring control systems (EMCS) connection, vehicle exhaust system, petroleum oil and lubricants (POL) distribution systems, and a 10-ton bridge crane. Sustainability and energy enhancement measures are included. Photovoltaic power will be provided by two parking structure roof-top arrays and two roof-top arrays on the Vehicle Maintenance Building. Supporting facilities include site development, utilities and connections, storm drainage, paving, parking, walkways, lighting, information systems, landscaping and signage. Heating will include a hot water heating system with high efficiency boiler, pumps, and piping distribution. Cooling will be provided by a direct expansion (DX) based cooling system with high efficiency air-cooled condensing units. Maintenance bays will be cooled by high efficiency evaporative cooling units and heated by a low intensity infrared radiant heating system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as appropriate. Facilities will be designed to a minimum life of 40 years in accordance with DoD’s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The facility will be designed and constructed to achieve LEED Silver certification.





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 the Design-Bid-Build process



--Prime Contractor experience with the construction of Military Vehicle Maintenance facilities or similar Industrial/Commercial facilities with a total value at least $20,000,000.



--Prime Contractor experience with construction of Pre-Engineered Metal Buildings at least 15,000 square feet in size and include high bay floor plan and multiple roof heights.



-Prime Contractor experience with installation of bridge cranes rated at least 10-tons.



--Prime Contractor experience with construction and commissioning of roof-mounted photovoltaic (PV) solar arrays rated at least 200kW.



--Prime Contractor experience with installation of Intrusion Detection and Electronic Access Control Systems.



--Prime Contractor experience with management and execution of LEED Silver construction credits.







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.





Anticipated solicitation issuance date for the solicitation is on or about 5 January 2024. The official synopsis citing the solicitation number will be issued on 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 7 years of same or similar size, scope, magnitude and complexity as the Missile Assembly Support Building.





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/Protégé 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.







PROJECT LABOR AGREEMENT





Additionally, 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 pre-hire 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) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.



3) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.



4) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule?



5) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.



8) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.



9) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.



10) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.



11) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.



12) What other factors should the Corps consider before deciding to include PLA provisions in a U.S. Army Corps of Engineers, Albuquerque District contract?







Procurement Integrated Enterprise Environment (PIEE)





All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information.





Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.





Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.





Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through PIEE.







Interested Firm’s shall respond to this Sources Sought Synopsis no later than 14 February 2023, 2:00PM MST.





NOTE: Contractors are required to complete a cybersecurity assessment in the Supplier Performance Risk System (SPRS), https://www.sprs.csd.disa.mil PRIOR to submitting a proposal.





Additionally, all interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Diana Keeran at diana.m.keeran@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.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4101 JEFFERSON PLAZA NE
  • ALBUQUERQUE , NM 87109-3435
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2023 08:50 am MSTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...and Office Furniture A portion of this requirement is for a design and ...

Federal Agency

Bid Due: 4/11/2024

...in nature, require multiple construction trades, and may require detailed engineering design performed... ...

DEPT OF DEFENSE

Bid Due: 4/16/2024

...that would fall within one of the following categories: 1) DesignBuild; 2) Partial ...

Federal Agency

Bid Due: 4/09/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.