Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOURCES SOUGHT

Y -- FY12 ACADEMIC TRAINING FACILITY AND SUPPRESSION OF ENEMY AIR DEFENSES (SEAD) FACILITY, HOLLOMAN AIR FORCE BASE (HAFB), NEW MEXICO

Notice Date
7/14/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP12R0002
 
Response Due
7/29/2011
 
Archive Date
9/27/2011
 
Point of Contact
Karen Irving, (505) 342-3356
 
E-Mail Address
USACE District, Albuquerque
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For FY12 ACADEMIC TRAINING FACILITY AND SUPPRESSION OF ENEMY AIR DEFENSES (SEAD) FACILITY, HOLLOMAN AIR FORCE BASE (HAFB), 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 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 FY12 Academic Training Facility and SEAD Training Facility at Holloman Air Force Base (HAFB). Proposed project will be a competitive, firm-fixed price, design/bid/build, construction contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. 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), 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 the following work: The FY12 Academic Training Facility is a single story 15,000 SF sprinkler equipped facility consisting of a concrete foundation, tilt-up construction (splitfaced concrete block over steel frame), and sloped standing seam metal roof along with site improvements. Functional areas include training classrooms, administrative support space, general storage, mechanical, electric equipment and communications, fire protection, utilities, and parking. Project will meet minimum AT/FP requirements per the DoD Unified Facility Criteria. The SEAD Training Facility is a single story 10,010SF sprinkler equipped facility consisting of a concrete foundation, split-faced concrete block over steel frame and sloped standing seam metal roof along with site improvements. Functional areas include classrooms, training laboratories, administrative space, general storage, mechanical, electric equipment and communications, fire protection, utilities, and parking. Project will meet minimum AT/FP requirements per the DoD Unified Facility Critertia. Building will be constrructed to JFAN 6/9 standard for security, an intrusion detection system and access control system. In accordance with FAR 36/DFARs 236, the estimated construction price range for these consolidated projects is between $5,000,000 and $10,000,000. The estimated construction price range for The FY12 Academic Facility is between $1,000,000.00 to $5,000,000.00. The estimated construction price range for The SEAD Facility is between $1,000,000.00 to $5,000,000.00. Estimated duration of the project is approximately 365 calendar days. Specialty requirements for subject facilities include LEED Silver. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33,500,000.00. The Standard Industrial Code is 1542 and The Federal Supply Code is Y299. 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 the 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 October 31, 2011 and the estimated proposal due date will be on or about December 1, 2011. 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 interest in bidding on the FY12 Academic Facility if solicited independently. 3. Firm's interest in bidding on the SEAD Facility if solicited independently. 4. Firm's interest in bidding on the projects if solicited as a consolidated procurement. 5. Firm's capability to perform a contract of this magnitude and complexity same or similar to the FY 12 Academic Facility (include firm's capability to execute construction, comparable work performed within the past 5 years: 5a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 6. Firm's capability to perform a contract of this magnitude and complexity same or similar to the SEAD Facility (include firm's capability to execute construction, comparable work performed within the past 5 years: 6a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 7. Firm's capability to perform a contract of this magnitude and complexity same or similar to the FY 12 Academic Facility and the SEAD Facility combined (include firm's capability to execute construction, comparable work performed within the past 5 years: 7a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 8. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 9. Firm's Joint Ventures (existing), including Mentor Prot g s 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 for the FY12 Academic Facility or the SEAD Facility or both as a consolidated requirement. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm MST on 29 July 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Mail, fax or email your response to Karen Irving, Contract Specialist, USACE-SPA, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. FAX No. 505-342-3496. Email address 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/W912PP12R0002/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02498770-W 20110716/110714235009-10f31389ff038285d48e96b519ee8363 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.