Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOURCES SOUGHT

Y -- FY14 - 2 Phase Design/Build Dormitory Room 144, Cannon Air Force Base, Curry County, New Mexico - W912PP-14-R-0001

Notice Date
8/1/2013
 
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
W912PP14R0001
 
Response Due
8/16/2013
 
Archive Date
9/30/2013
 
Point of Contact
Diana Mae Keeran, 505-342-3263
 
E-Mail Address
USACE District, Albuquerque
(diana.m.keeran@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For FY14 - 2 Phase Design/Build Dormitory Room 144, Cannon Air Force Base, Curry 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 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 Dormitory Room 144 at Cannon Air Force Base, Curry County, New Mexico. Proposed project will be a competitive, firm-fixed price, 2 Phase design/build contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The government intends to issue a solicitation using quote mark Best-Value quote mark trade-off process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside 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), 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 the design/build construction of a new 144 person 52,132sf dormitory. The Unified Facilities Guide Specifications (UFGS) establish minimum standards for the design and construction quality for this project. Comprehensive interior design shall be used by the Government to purchase and install furnishings. The FY14 144 Person Dormitory complex will consist of a three story building complete with associated utilities, storm drainage, communications, electric, HVAC, lighting protection, fire protection/alarm system, paving, sidewalks, curbs, gutters, access drives, exterior lighting, grading, and physical security requirements. The project will also include demolition of the existing building 1156. This facility is a 2-story dormitory, approximately 8,400sf per floor. Foundation is reinforced concrete slab on grade with continuous grade beams and spread footings. The exterior load bearing walls of this building are CMU, the second floor is concrete slab on steel bar joists. The roof of this building is built up asphalt and gravel on metal deck and bar joists. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000. Minimum capabilities required include experience with design/build construction of similar facilities, design and construction in compliance with LEED requirements and certification, and AT/FP design requirements on military installations. 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 1522 and The Federal Supply Code is Y1FC. 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 15 October 2013 and the estimated proposal due date will be on or about 21 November 2013. 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 FY14 - 2 Phase Design/Build Dormitory Room 144, Cannon Air Force Base, Curry County, New Mexico. 3. Firm's capability to perform a contract of this magnitude and complexity same or similar to the FY14 - 2 Phase Design/Build Dormitory Room 144, Cannon Air Force Base, Curry County, New Mexico (include firm's capability to execute construction, comparable work performed within the past 5 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firms should be able to demonstrate bonding capacity well within the estimated construction range listed above. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm (MST) 16 August 2013. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Diana Keeran, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. 505-342-3496, Email address: Diana.m.keeran@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES T 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/W912PP14R0001/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN03135358-W 20130803/130802000633-95d00570570930afb6f7df09e7bd424f (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.