W912PP24R0007 DESIGN BID BUILD FY 23 CONSTRUCT INTEGRATION LAB (REVIL), KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Agency:
State: New Mexico
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Oct 10, 2023
Due: Oct 25, 2023
Publication URL: To access bid details, please log in.
Follow
W912PP24R0007 DESIGN BID BUILD FY 23 CONSTRUCT INTEGRATION LAB (REVIL), KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Active
Contract Opportunity
Notice ID
W912PP24R0007
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Oct 10, 2023 08:20 am MDT
  • Original Response Date: Oct 25, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 09, 2023
  • 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:
    Kirtland AFB , NM 87117
    USA
Description

SOURCES SOUGHT For W912PP24R0007 DESIGN BID BUILD FY 23 CONSTRUCT INTEGRATION LAB (REVIL), KIRTLAND AIR FORCE BASE, BERNALILLO 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 an Integration Lab with Administrative Office Space at Kirtland Air Force Base, New Mexico for the Air Force Research Laboratory (AFRL). 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 5,265 S.F. building with an exterior envelope constructed of integral color split face Concrete Masonry Unit (CMU) and an insulated Thermoplastic Polyolefin (TPO) roof on a metal deck on bar joists. The walls shall be insulated to reduce heat loss and meet required Sound Transmission Class (STC) ratings. The exterior and interior doors shall be hollow metal with hollow metal frames. The building contains low and high bay sections. The high bay section will include overhead rolling doors and an adjacent loading dock. Interior walls will be constructed of Gypsum board on metal studs and insulated to meet STC requirements. The project includes Heating, Ventilation, Air Conditioning (HVAC) system, electrical power, lighting and lightning protection, access controls, data, fire alarm and fire sprinklers. Site work includes grading and drainage, a roadway extension, parking areas, site lighting, site utilities and a septic sewer system and incidental related work. The design includes six bid options that adds square footage to the building. Option 1: Additional Light Lab (second Light Lab), Option 2: Additional High Bay (third High Bay), Option 3: Asphalt Parking, Option 4: Furniture and Equipment, Option 5: Overhead Cranes (Two cranes, one in each High Bay) and Option 6: Internal Communication Lines (Fiber and Copper runs from switch in comm room throughout facility).





In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000.





The minimum/special capabilities required for this project are:



--Prime Contractor experience with constructing spaces to meet ICD 705 requirements.



--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 $45.0 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.





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 06 December 2020. 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 5 years of same or similar size, scope, magnitude and complexity as the DTRA Administrative 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.







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 25 October 2023, 2:00PM MST. 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
  • Oct 10, 2023 08:20 am MDTSources 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

...(with ditch and drainage structure maintenance), cattle guard removal/replacement, cattleguard maintain... lane: miles ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/27/2024

* 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.