Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOURCES SOUGHT

Y -- SOURCES SOUGHT SYNOPSIS: FY12 SQUADRON OPERATIONS FACILITY I AND FY12 SQUADRON OPERATIONS FACILITY II, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO

Notice Date
7/18/2011
 
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
W912PP-12-R-0003
 
Response Due
8/2/2011
 
Archive Date
10/1/2011
 
Point of Contact
Francesca M. Thomas, 5053423453
 
E-Mail Address
USACE District, Albuquerque
(francesca.m.thomas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For FY12 SQUADRON OPERATIONS FACILITY I AND FY 12 SQUADRON OPERATIONS FACILITY II, CANNON AIR FORCE BASE, CURRY 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 two Squadron Operations Facilities at Cannon Air Force Base, New Mexico. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government intends to issue a solicitation using the "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), 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 two Squadron Operations Facilities in close proximity to each other. The first Squadron Operation Facility consisting of approximately 27,000 square feet includes a two-story steel frame structure with concrete foundation and floor slab, masonry walls and sloped metal roof. Functional areas include administration, planning and briefing areas as well as flight-equipment storage for each crew member. This project will include utilities, parking, site work, storm drainage system and all other necessary support. The second facility located adjacent to the previously mentioned Squadron Operations Facility is of a similar use as a Squadron Operations Facility. This second Squadron Operations Facility consists of approximately 44,500 square feet and includes a concrete foundation and floor slab, steel frame, masonry walls and sloped metal roof. Functional areas include administration, planning and briefing areas with storage for flying equipment for each crew member. This project will also include utilities, parking, site work, storm drainage system and all other necessary support. In accordance with FAR 36/DFARs 236, the estimated construction price range for this consolidated project is: Between $25,000,000 and $100,000,000. The estimated construction price range of Squadron Operations Facility I is between $5,000,000.00 and $10,000,000.00. The estimated construction price range of Squadron Operations Facility II is between $10,000,000.00 and $25,000,000.00 Estimated duration of the project is 540 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5 Million. The Standard Industrial Code is 1541 and The Federal Supply Code is Y129. 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 October 2011, and the estimated proposal due date will be on or about November 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 Squadron Operations Facility I if solicited independently. 3. Firm's interest in bidding on the Squadron Operations Facility II 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 Squadron Operations Facility I (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 Squadron Operations Facility II (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 Squadron Operations Facility I and Squadron Operations Facility II (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 to the estimated construction price range of Squadron Operations Facility I or Squadron Operations Facility II or Squadron Operations Facility I and Squadron Operations Facility II. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2 August 2011, 5:00PM MST. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to: Francesca Thomas, U.S. Army Corps of Engineers, Albuquerque District, Contracting Division, 4101 Jefferson Plaza NE, Albuquerque NM 87113. Fax responses to 505-342-3496 or email responses to francesca.m.thomas@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/W912PP-12-R-0003/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02501446-W 20110720/110718235344-71acb584cf5001579496a05f14c8ee61 (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.