Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2016 FBO #5486
SOLICITATION NOTICE

Y -- FY15 Squadron Operations Facility (STS) and FY16 ST Operational Training Facilities, Cannon AFB, Curry County, NM

Notice Date
11/28/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building 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-17-R-0006
 
Point of Contact
Francesca M Luna, Phone: 505-342-3453
 
E-Mail Address
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FY15 SQUADRON OPERATIONS FACILITY (STS) AND FY16 ST OPERATIONAL TRAINING FACILITIES, CANNON AIR FORCE BASE, CURRY COUNTY, NM. The proposed procurement is Unrestricted, and therefore open to large and small businesses. NAICS code for this project is 236220, with a size standard of $36,500,000.00. The magnitude of construction for this project is $25,000,000.00 to $100,000,000.00. Bonding will be required for this acquisition. The proposed project will be a competitive, firm-fixed price, design build contract procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase "Best Value" trade-off process, where Step 1 involves Pre-qualification of Offerors and Step 2 involves Request for Proposals being issued to Pre-qualified Offerors. Phase 1 Request for Proposals will be issued on or about 13 December 2016, with proposals due on or about 13 January 2017. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. CONSTRUCTION SERVICES TO BE PERFORMED under this firm fixed price contract will consist of designing and constructing a 92,000sf Squadron Operations Facility and Operational Training Facilities (31,000sf). The STS Squadron Operations will comprise of several structures consisting of concrete foundation floor slabs, steel frame, masonry walls, and sloped metal roofs. Functional areas include a command section, operations, lockers and showers for men and women, simulators,, indoor storage, logistics, and armory. Within those functional areas there will be provisions for administrative spaces for command, intelligence (SCIF), medical area, and operations. Other spaces include industrial and warehouse-type areas, team rooms, individual operator's cages, a parachute drying tower, a climbing wall, and an armory. Project will also include construction of a Human Performance Program Training Center, a large covered storage area, and an Astroturf fitness field. The project shall include utilities, roads, parking, sidewalks, site improvements, landscaping, fire detection and protection, and all necessary support. Project includes 20,000sf demolition of existing facilities. Special site conditions involve the removal of an abandoned dirt runway and construction of primary roadway and utilities with longer than standard runs from existing utilities to the project site. For the ST Operational Training Facilities, provide an indoor aquatic training pool and indoor small arms firing range for training purposes. The aquatic training pool should have a sloping profile with an appropriate depth and large enough to accompany 30 personnel simultaneously during dive procedures. The aquatic training facility will be located outside the STS secured fenced area while the firing range will be located within the STS secured fenced area and in close proximity to the armory at the Squadron Operations Facility. The indoor firing range shall be constructed in compliance with Engineering Technical Letter (ETL) 11-18: Small Arms Range Design and Construction dated 19 April 2011. Project requires a seven-lane pool at 25 meters long and a seven firing point range at 35 meters distance. Sustainable engineering principles will be integrated into the design, development, and construction of the project in accordance with the EPAct05, Executive Orders 13123 and 13423, 10 USC 2802 (c), and other applicable laws and executive orders. The project will be designed to achieve LEED Silver Certification. Antiterrorism /force protection measures (ATFP) will be included in accordance with UFC 4-010-01, DOD Minimum Antiterrorism Standards for Buildings dated 9 February 2012. THE PROJECT will be advertised as a Two-Phase "Best Value" trade-off Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. Proposed procurement will result in a firm-fixed price contract. Questions of a technical nature should be addressed to Ms. Eileen Shannon at (505) 343-6264 or e-mail at: Eileen.l.shannon@usace.army.mil. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors' responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. 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 such as this one (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? Firm's shall send responses to the above questions no later than 12 December 2016 2:00 (MST). All responding firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Ms. Francesca Luna, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505)342-3496, Email address: Francesca.m.luna@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-17-R-0006/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Cannon Air Force Base, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04336988-W 20161130/161128234108-ff7f8a5fed6e528b71994caf76b8bf04 (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.