Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2001 FBO #0021
SOURCES SOUGHT

38 -- Soliciting Statements of Qualifications (SOQs) from Interested Contractors for a Construction Services Project at White Sands Missile Range, New Mexico

Notice Date
12/21/2001
 
Notice Type
Sources Sought
 
Contracting Office
Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA), 1680 Texas Street SE, Kirtland AF, NM 87117-5669
 
ZIP Code
87117-5669
 
Solicitation Number
DTRA
 
Response Due
1/14/2002
 
Archive Date
2/13/2002
 
Point of Contact
Shirley Bauer, 505-846-8799
 
E-Mail Address
Email your questions to Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA)
(shirley.bauer@ao.dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Defense Threat Reduction Agency (DTRA), Department of Defense (DoD), Albuquerque, NM, is soliciting Statements of Qualifications (SOQs) from interested contractors for a construction services and tunnel maintenance project. The effort will be approximate ly 90% construction services and 10% tunnel maintenance. The work includes test support, facility maintenance support, construction, and tunnel operations at the White Sands Missile Range (WSMR) facility known as the Permanent High Explosives Test Site (PHETS). Test support and construction support also extends to other DTRA test sites located at Kirtland Air Force Base and at the Energetic Materials Research Testing Center, Socorro, NM. Test support includes pre- and post-test support, excavation in soil and rock and recovery of test objects. Facilities mainten ance includes: maintenance and repair of administrative and test support facilities; maintenance and repair of government-furnished vehicles and equipment; and warehouse management support. Construction support involves the construction of above ground an d under ground test structures valued from $20,000 to construction efforts exceeding $500,000. Tunnel maintenance and operations efforts involve repair, refit, reconstitution, maintenance, and operations of up to four tunnels located in a granite formation at Capitol Peak at WSMR. The performer of this work will furnish all labor, equipment, and supplies for the project. Location: The primary work location is at the Permanent High Explosives test site located at the Northern portion of White Sands Missile Range, about 40 miles by road southeast of Socorro, NM. The Capitol Peak site is located about 20 miles south of PHET S. The Government anticipates awarding a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price Award Term contract with the potential of an additional five years. Presently we are conducting market research to determine the best approach. A r equest for proposal is anticipated to be issued second quarter Fiscal Year 2002 and performance will begin first quarter of Fiscal Year 2003. The estimated total value of the IDIQ acquisition could be a minimum of $250,000.00 and up to a maximum ceiling of $19,000,000.00. Prospective contractors shall be regularly engaged in construction and/or facilities maintenance projects, and shall be U.S.-owned companies. Statements of Qualification (SOQ): Contractors are invited to submit an SOQ that includes their business size, management experience on projects of similar size and scope, construction experience, tunneling experience, equipment owned, resumes of key perso nnel proposed for the project, and list of work elements to be accomplished by subcontract, and the subcontract business size, experience, etc. We request industry comment on this effort and answers to the following questions: a. What information do you need from the Government to produce a successful and minimal risk proposal? b. To what level of detail should all offerors be required to demonstrate competency? c. What is the breadth of skills necessary to successfully execute this effort? d. What specific performance, schedule, and cost risks are associated with this effort? e. What contractual method produces the most incentive and least risk and cost to the Government? f. Please provide recommendations on ways to maximize small and small disadvantages business (etc.) participation. g. Please comment on any other aspect of this effort. The SOQ and responses to the questions shall be no more than 25 pages in length, including attachments and must be submitted by not later than 14 January 2002. The mailing address is DTRA/TDTOE, ATTN: LCDR Juan Guerra, 1680 Texas St SE, Kirtland AFB, NM 87117. The information contained herein is for planning purposes and does not constitute an invitation for bids nor a request for proposal. The Government does not intend to award a contract on the basis of this notification or otherwise pay for the information provided.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA) 1680 Texas Street SE, Kirtland AF NM
Zip Code: 87117-5669
Country: US
 
Record
SN20011223/00009771-011222090649 (fbodaily.com)
 

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.