Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2024 SAM #8383
SOURCES SOUGHT

Y -- DESIGN BUILD REPAIR CEREBRO LABRATORY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Notice Date
11/7/2024 12:14:58 PM
 
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
W912PP25R0004
 
Response Due
11/22/2024 1:00:00 PM
 
Archive Date
12/07/2024
 
Point of Contact
Loretta Sanchez, Phone: 5053423210, ERICA M. TALLEY, Phone: 5053423223
 
E-Mail Address
loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL
(loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL)
 
Description
SOURCES SOUGHT For W912PP25R0004 DESIGN BUILD REPAIR CEREBRO LABORATORY, KIRTLAND AIR FORCE BASE, BERNALILLO 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 SOURCES SOUGHT.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� The U.S. Army Corps of Engineers (USACE) � Albuquerque District has been tasked to solicit for and award the repair of CEREBRO laboratory at Kirtland Air Force Base, New Mexico. The proposed project will be a competitive, firm-fixed-price, design-build contract procured in accordance with FAR 15, Negotiated Procurement using a 2 Phase Best Value 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. PURPOSE OF SOURCES SOUGHT 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. PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of the design and repair of the CEREBRO Building 322 at Kirtland Air Force Base in Albuquerque, New Mexico. The building is approximately 34,000 GSF and includes Light Lab areas, Lab support spaces, existing Women's, and Men's restrooms to be updated to meet current Architectural Barriers Act (ABA) Standards, Air Force Instruction, and Building Code requirements. Also included in the scope of work is the upgrade of existing electrical power supply to meet Laboratories needs and the installation of a 10 Ton capacity Overhead Crane in the southeast High Bay. The interior renovations (approximately 13,500 SF) include repairs to the flooring, wall finishes, exterior doors, air lock interior doors, ceiling, electrical receptacles, communication, furniture, plumbing fixtures, and casework. This design shall conform to criteria established in the Air Force Corporate Facilities Standards (AFCFS), the Installation Facilities Standards (IFS). The project shall comply with applicable DoD, Air Force, and base design standards, environmental considerations, and requirements. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. The minimum/special capabilities required for this project are: --Prime Contractor experience with constructing spaces to meet ICD 705 requirements. --Prime Contractor experience with constructing spaces to meet stringent security requirements while working in an occupied space --Prime Contractor experience with the Design Build process --Prime Contractor experience providing facilities that meet Federal Antiterrorism and Force Protection Requirements including physical security design and construction provisions The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 Million.� Small Businesses are reminded under FAR 52.219-14 DEV, 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, or similarly situated entities 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 for the solicitation is on or about 8 January 2025. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT Firm�s response to this Sources Sought shall be limited to 10 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address, CAGE, UEI, and website (if applicable). 2.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, EWOSB, 3.� Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude, and complexity as the repair of CEREBRO laboratory at Kirtland Air Force Base, New Mexico. a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Prot�g� program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed. 4. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity. 6. 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. Procurement Integrated Enterprise Environment (PIEE) All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information. Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml. Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. � Interested Firm�s shall respond to this Sources Sought Synopsis no later than 22 November 2024, 2:00PM MST.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to Loretta Sanchez at Loretta.D.Sanchez@usace.army.mil. Firms responding to this Sources Sought notice 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 notice. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/564c144b7dbd4b68b57dff52cbdd9b3f/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07260488-F 20241109/241107230114 (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.