Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2024 SAM #8419
SOLICITATION NOTICE

Y -- FY23 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO

Notice Date
12/13/2024 7:53:58 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP25R0003
 
Response Due
2/20/2025 1:00:00 PM
 
Archive Date
03/07/2025
 
Point of Contact
Diana Keeran, Phone: 5053423263
 
E-Mail Address
diana.m.keeran@usace.army.mil
(diana.m.keeran@usace.army.mil)
 
Description
FY23 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO The proposed procurement is an Unrestricted, open to both large and small businesses, Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP). NAICS is 236220, with a size standard of $45,000,000.00. The magnitude of construction for this project will be between $25,000,000.00 and $100,000,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00 21 00 in the Solicitation for information regarding the tour of the site. Plans will be issued on or about 06 January 2025, with proposals due on or about 20 February 2025. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process. THE PROJECT consists of construction of a launcher maintenance, missile assembly support facility at White Sands Missile Range, New Mexico. The project includes an 18,800 S.F. vehicle maintenance facility including maintenance bays, wash bay, repair bays, machine shop/welding area, maintenance pit, training rooms, offices, and security vaults. Facility includes 2,300 S.Y. tactical organizational vehicle parking and apron, petroleum and hazardous waste storage buildings, cybersecurity and antiterrorism/force protection (AT/FP) measures, building information systems, fire protection and alarm systems, lightning protection and grounding system, intrusion detection system (IDS), electronic access control system (ACS), energy monitoring control systems (EMCS) connection, vehicle exhaust system, petroleum oil and lubricants (POL) distribution systems, and a 10-ton bridge crane. Sustainability and energy enhancement measures are included. Photovoltaic power will be provided by two parking structure roof-top arrays and two roof-top arrays on the Vehicle Maintenance Building. Supporting facilities include site development, utilities and connections, storm drainage, paving, parking, walkways, lighting, information systems, landscaping, and signage. Heating will include a hot water heating system with high efficiency boiler, pumps, and piping distribution. Cooling will be provided by a direct expansion (DX) based cooling system with high efficiency air-cooled condensing units. Maintenance bays will be cooled by high efficiency evaporative cooling units and heated by a low intensity infrared radiant heating system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as appropriate. Facilities will be designed to a minimum life of 40 years in accordance with DoD�s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The facility will be designed and constructed to achieve LEED Silver certification. THE PROJECT will be advertised as a 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. The proposed procurement will result in a firm-fixed price contract. 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: https://sam.gov/content/home. 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 SAM.gov system. SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with SAM.gov or they will not be able to download information from the site. Registration instructions can be found on the website at https://sam.gov/content/home. Contractors registered with SAM.gov 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 website. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3287c2c6e994e24be2c45bd38f56d44/view)
 
Place of Performance
Address: White Sands Missile Range, NM 88002, USA
Zip Code: 88002
Country: USA
 
Record
SN07291657-F 20241215/241213230108 (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.