Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
SOURCES SOUGHT

Y -- FY13 Special Operation Forces (SOF) AC-Recap Combat Parking Apron & Fuselage Trainer Building, Cannon Air Force Base, Curry County, New Mexico

Notice Date
11/29/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-13-R-0016
 
Archive Date
12/29/2012
 
Point of Contact
Diana Keeran, Phone: 5053423263
 
E-Mail Address
Diana.M.Keeran@usace.army.mil
(Diana.M.Keeran@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For FY13 Special Operation Forces (SOF) AC-Recap Combat Parking Apron & Fuselage Trainer Building, 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 an SOF Combat Parking Apron & Fuselage Trainer Building, Cannon Air Force Base, Curry County, New Mexico. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using either "Best Value" trade-off or Lowest Priced Technically Acceptable (LPTA) process. However, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) 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), 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 performing the construction of approximately 70,000 square yards of 16.5" airfield concrete paving, an asphalt shoulder, a double box storm drain and associated airfield lighting. The project also includes the construction of a 14,000 square foot Fuselage Trainer building. The training facility will be steel frame, with masonry walls and a sloped roof. Functional areas include classrooms, briefing rooms, a high bay area with oversized doors and administration areas. Construction will also include utilities, parking, fire protection and all necessary support. The construction will be phased to ensure minimal downtime to training operations conducted on the fuselage. The new facility will be required to be operational prior to demolition of the existing building and construction of the airfield paving. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $10,000,000.00 and $25,000,000.00. Minimum C apabilities required include : experience with the construction of 16.5" airfield concrete paving, installation of concrete penetrations (aircraft tie downs), concrete batch plants, and active airfield operations. Minimum Equipment required include s earth moving equipment including specialty pieces such as concrete placement/spreader, slip form paver minimum 20' lane width and a concrete batch plant. For the Fuselage Training building, interested offeror must demonstrate experience with constructing a building having administrative, high bay or training facilties. The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $33.5 million. The Standard Industrial Code is 1611 and The Federal Supply Code is Y222. 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 January 2013 and the estimated proposal due date will be on or about 15 February 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 SOF Combat Parking Apron & Fuselage Trainer Building, 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 SOF Combat Parking Apron & Fuselage Trainer Building, Cannon Air Force Base, Curry County, New Mexico. Include the following information: 3a. At least 3 examples (within the past 7 years) of projects similar to the work outlined in this Sources Sought Notice. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 3b. Supporting documentation demonstrating the firm meets the minimum capabilities and can provide the minimum equipment 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 Protégés 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 Firm's 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) 14 December 2012. 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)342-3263, Email address: Diana.m.keeran@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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-13-R-0016/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Curry County, New Mexico, Clovis, New Mexico, United States
 
Record
SN02939506-W 20121201/121129234829-33a209c4c5457102e0d510eb0ca49605 (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.