Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SOURCES SOUGHT

99 -- DESIGN BID BUILD FY 21 DTRA ALBUQUERQUE ADMINISTRATIVE OFFICE BUILDING, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Notice Date
11/4/2020 1:16:53 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
W912PP21R0009
 
Response Due
11/19/2020 1:00:00 PM
 
Archive Date
12/04/2020
 
Point of Contact
Erica Talley, Phone: 5053423223
 
E-Mail Address
erica.m.talley@usace.army.mil
(erica.m.talley@usace.army.mil)
 
Description
SOURCES SOUGHT For W912PP21R0009 DESIGN BID BUILD FY 21 DTRA ALBUQUERQUE ADMINISTRATIVE OFFICE BUILDING, 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 an Administrative Office Building at Kirtland Air Force Base, New Mexico for the Defense Threat Reduction Agency (DTRA). �The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR 15, Negotiated Procurement using a 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 constructing a 7,164 SM (77,110 SF) three-story, energy-efficient, controlled-access, open-storage building to house the Albuquerque Administrative Office for DTRA. Project to include solar parking canopies along with HAZMAT removal and construction of pavement including curb and gutter. Work to be completed in accordance with ICD 705 Volume 2 requirements. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000. The minimum/special capabilities required for this project are:� --Prime Contractor experience with constructing spaces to meet ICD 705 requirements. --Prime Contractor experience with the Design-Bid-Build process --Prime Contractor experience providing facilities that meet stringent 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 $39.5 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.� 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 the 8(a) program. 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 18 December 2020. The official synopsis citing the solicitation number will be issued on Beta.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, DUNS, 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 DTRA Administrative Building. 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. PROJECT LABOR AGREEMENT Additionally, 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 (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) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 3) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 4) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? 5) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 8) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 9) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 10) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 11) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 12) What other factors should the Corps consider before deciding to include PLA provisions in a U.S. Army Corps of Engineers, Albuquerque District contract? Interested Firm�s shall respond to this Sources Sought Synopsis no later than 19 November 2020, 2:00PM MST. �All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to Erica Talley at erica.m.talley@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://beta.sam.gov/opp/2cc909b0236e487a9587eb104a7940e8/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN05846432-F 20201106/201104230141 (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.