Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOURCES SOUGHT

Y -- FY19 MQ-9 FORMAL TRAINING UNIT (FTU) OPERATIONS FACILITY, HOLLOMAN AIR FORCE BASE (HAFB), OTERO COUNTY, NEW MEXICO

Notice Date
6/12/2020 8:24:17 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
W912PP20R0032
 
Response Due
6/29/2020 1:00:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Karen Irving, Phone: 5053423356, Fax: 5053423496
 
E-Mail Address
karen.k.irving@spa02.usace.army.mil
(karen.k.irving@spa02.usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP20R0032 FY19 MQ-9 Formal Training Unit (FTU) Operations Facility, Holloman Air Force Base (HAFB), Otero 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 MQ-9 Formal Training Unit (FTU) Operations Facility at Holloman Air Force Base (HAFB), NM.� The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using a �Best Value� trade-off process. The government intends to issue a solicitation using a �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), 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 an MQ-9 Formal Training Unit (FTU) Operations Facility to house three MQ-9 Attack Squadrons, to include administrative space, academic space, fixed ground control stations (FGCS), FGCS maintenance functions, training simulators, server rooms, communication equipment rooms, and all secure spaces required to support the mission. The facility shall be constructed in accordance with all applicable DoD, Air Force, and base facility design standards. In addition, local materials and construction techniques shall be used where cost effective. Facility shall be constructed with reinforced concrete foundation, structural steel framing, load-bearing reinforced masonry walls, low slope membrane roof, utilities, pavements, site improvements, backup power generation, specialized computer flooring, communications support, and all other necessary aspects. Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000. Estimated duration of the project is 900 calendar days. The minimum/special capabilities required for this project are: Prime Contractor experience with SCIF construction Prime Contractor experience with US Army Corps of Engineers projects Prime Contractor experience with construction of �Guiding Principles for Sustainable Federal Buildings� as defined in UFC 1-200-02 High Performance and Sustainable Building Requirements Prime Contractor experience in the Southern New Mexico region Prime Contractor experience with ATFP standards The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5 Million.� 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 16 July 2020, and the estimated proposal due date will be on or about 17 August 2020.� The official synopsis citing the solicitation number will be issued on https://beta.sam.gov. 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 as or similar to the MQ-9 FTU Operations Facility (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, 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. PROJECT LABOR AGREEMENT The Corps of Engineers Albuquerque District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) from large scale construction projects (exceeding $25 million) within the Albuquerque District area of responsibility. A PLA is defined as a prehire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will (1) Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Please respond to the following questions: (1) Should PLAs be executed on selected large dollar contracts in Albuquerque District Area? (2) Are there concerns by prime contractors on the availability of skilled construction labor? (3) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? (4) What type of project should not be considered for PLA clauses? (5) What is the time impact to the completion of the contract due to a PLA? (6) What is the cost impact to the bid due to a PLA? (7) What other factors should the Corps consider before deciding to include PLA provisions in a U.S. Army Corps of Engineer, Albuquerque District contract? Interested Firm�s shall respond to this Sources Sought Synopsis no later than 29 June 2020, 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. 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/150a57b8d6d845819cce6d01faaad828/view)
 
Place of Performance
Address: Holloman AFB, NM, USA
Country: USA
 
Record
SN05689182-F 20200614/200612230153 (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 |
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.