SMALL ARMS STORAGE FACILITY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Agency:
State: New Mexico
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Jan 24, 2024
Due: Feb 8, 2024
Publication URL: To access bid details, please log in.
Follow
SMALL ARMS STORAGE FACILITY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Active
Contract Opportunity
Notice ID
W912PP24R0024
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 24, 2024 02:39 pm MST
  • Original Response Date: Feb 08, 2024 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EA - CONSTRUCTION OF AMMUNITION FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Albuquerque , NM 87185
    USA
Description

SOURCES SOUGHT



For



W912PP24R0024



SMALL ARMS STORAGE FACILITY, 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 Small Arms Storage Facility at Kirtland Air Force Base (KAFB). 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 Priced Technically Acceptable (LPTA) Best Value 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 pre-engineered metal building (approximately 5,000 sf) capable of storing small quantities of explosives hazard class 1.3 and 1.4 at the 377th Maintenance Squadron (377MXS) Munitions Storage Area (MSA) at Kirtland AFB, Albuquerque, NM. Facility will include power, lighting, lightning protection, HVAC, concrete driveway and 1600 ft asphalt access road with associated grading and drainage features. Project will have a perimeter security fence and will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01.



.



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:



--Prime Contractor experience with procuring the professional design and installation of Pre-Engineered Metal Buildings.



--Prime Contractor experience with construction of asphalt roadways on military installations or other secure sites with controlled access.



--Prime Contractor experience with Design-Bid-Build projects performed for the Government and processes such as submitting safety plans, environmental protection plans, construction schedules, and quality control plans for approval prior to construction. Contractor is reminded that Contractor’s QC Manager shall be a graduate engineer or a graduate of construction mgmt. with a minimum 5yrs experience in heavy civil construction)



--Prime Contractor experience with the security requirements imposed on construction contractors and associated personnel working on military installations





The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 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 1 August 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 5 years of same or similar size, scope, magnitude and complexity as this project.





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.







All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov). Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released.







Interested Firm’s shall respond to this Sources Sought Synopsis no later than 8 Feb 2024, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Karen Irving at karen.k.irving@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 24, 2024 02:39 pm 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

...(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.