Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOURCES SOUGHT

Y -- FY19 RPA FIXED GROUND CONTROL STATION FACILITY, HOLLOMAN AIR FORCE BASE, OTERO COUNTY, NM

Notice Date
1/25/2018
 
Notice Type
Sources Sought
 
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
W912PP18R0009
 
Archive Date
2/23/2018
 
Point of Contact
Michelle Kessinger, Phone: 5053423279
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Remotely Piloted Aircraft Fixed Ground Control Station Facility for a Operations Support Squadron (OSS) at Holloman Air Force Base, New Mexico. The proposed project will be a competitive, firm-fixed price construction contract procured in accordance with FAR 15, Negotiated Procurement using a "Lowest Price Technically Acceptable" 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 a 7,502sf Fixed Ground Control Station (FGCS) Facility. The FGCS will be comprised of a single structure consisting of concrete foundation and floor slabs, steel joist roof structure, masonry bearing walls, masonry veneer and sloped metal roofs. Functional areas include a ground control station rooms, server room, mechanical room, communication room, electrical room and restrooms. The project shall include utility work, asphalt pavement, parking, sidewalks, site improvements, landscaping, fire detection and protection, and all necessary support. Project includes demolition of existing asphalt and concrete pavements as well as demolition and relocation of various utilities including sanitary sewer, electrical lines and natural gas lines. The project must conform to UFC 1-200-02 High Performance and Sustainable Building Requirements including third party certification using Guiding Principles Compliance which can be administered by either the Green Building Initiative (GBI) or the Green Business Certification Institute (GBCI). 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. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Estimated duration of the project is 350 calendar days. The minimum/special capabilities required for this project are: --Prime Contractor experience constructing Secure Facilities including experience constructing high level security projects, secure building systems, secure IT systems, secure hardware systems, secure communications, secure cabling/data systems, and secure electronic surveillance systems. --Prime Contractor experience with complex communications systems. --Prime Contractor experience with the construction of buildings conforming to sustainable construction requirements. --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 $36.5 Million. The Standard Industrial Code is 1541 and The Federal Supply Code is Y1BG. 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. 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 or similar to the RPA FIXED GROUND CONTROL STATION 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, WOSB, EDWOSB, SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés 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. Interested Firm's shall respond to this Sources Sought Synopsis no later than 8 February 2018, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to michelle.l.kessinger@usace.army.mil. 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/W912PP18R0009/listing.html)
 
Place of Performance
Address: Holloman Air Force Base, Otero County, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN04799643-W 20180127/180125231209-311ba5e87f7c7aeeb02b7a220d1f0759 (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.