SOURCES SOUGHT
Y -- FY18 CNS Fire Department on the Northwest Development Area, Melrose Air Force Range, Roosevelt County, NM
- Notice Date
- 2/26/2020 8:02:26 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP20R0005
- Response Due
- 3/12/2020 1:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Francesca M Luna, Phone: 5053423453, Fax: 5053423496
- E-Mail Address
-
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For W912PP20R0005 FY18 CNS FIRE DEPT ON THE NORTHWEST DEVELOPMENT AREA (NWDA), MELROSE AIR FORCE RANGE (MAFR), ROOSEVELT 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 a CNS Fire Department on NWDA at Melrose Air Force Range, New Mexico. �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. The government intends to issue a solicitation using a 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. � 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. The Government is seeking qualified, experienced sources capable of constructing a 8,562sf Fire and Rescue Station in the newly developed Range Support Complex (RSC) in the northwest development area of Melrose Air Force Range (MAFR). �The new facility will provide a bunkhouse and administrative area for the 24/7 operations of the firefighters and EMTs. �This facility requires living quarters, restroom/shower area, kitchen, administrative and training areas, a self-contained breathing area (SCBA) storage area, and a vehicle apparatus bay. The facility is to be equipped with electric heating, ventilating and air conditioning (HVAC). This project includes utilities and the installation and tying- in of all communications. Fire suppression, a back?up generator, a septic system, potable water storage tank with fill valve and level indication, booster pumps, piping, valves, and appurtenances are included in this project. The facility is designed for 15 personnel including base firefighters, wildland firefighters (contracted) and an emergency medical team. The project also includes earthwork to include an unimproved parking area, site improvements, and associated facility support. Force protection measures will be implemented as necessary. This project will comply with DoD antiterrorism/force protection requirements.� NOTE TO INTERESTED VENDORS: Melrose Air Force Range is in a remote location with austere construction. Standard operating hours are 0800 -0200. Construction must be planned within this timeframe. All employees of the contractor, subcontractors, and suppliers entering Melrose Air Force Range must be U.S. Citizens. A complete list of employees shall be supplied by the successful offeror and will be vetted through security forces prior to accessing the site. Contractors shall have access to Laser Eye Protection (LEP) when operating inside the laser footprint. The LEP�s shall be the responsibility of the contractor unless arrangements are made with the RMO to obtain/borrow LEP�s. � In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000.00 and $5,000,000.00. Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. � The Standard Industrial Code is 1541 and The Federal Supply Code is Y1AZ. � 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 25 March 2020, and the estimated proposal due date is 27 April 2020. �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 capability to perform a contract of this magnitude and complexity same or similar to the CNS Fire Department on NWDA at Melrose Air Force Range, New Mexico (include firm�s capability to execute construction, comparable work performed within the past 5 years: 2a. �Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 3. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice.� 4. �Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, WOSB,� 5. �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 this project. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 12 March 2020, 2:00PM MST. �All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail, fax or email your response to: Francesca Luna, 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.luna@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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f80763c180104cec9aad1e3124731ffe/view)
- Place of Performance
- Address: Floyd, NM 88118, USA
- Zip Code: 88118
- Country: USA
- Zip Code: 88118
- Record
- SN05573528-F 20200228/200226230259 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |