Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2025 SAM #8453
SOLICITATION NOTICE

Y -- DESIGN BUILD - REPAIR CEREBRO BUILDING 322 LABORATORY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Notice Date
1/16/2025 2:45:44 PM
 
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
W912PP25R0004
 
Response Due
3/4/2025 1:00:00 PM
 
Archive Date
03/19/2025
 
Point of Contact
Loretta Sanchez, Phone: 5053423210, ERICA M. TALLEY, Phone: 5053423223
 
E-Mail Address
loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL
(loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Design Build - Repair CEREBRO Building 322 Laboratory, Kirtland Air Force Base, Bernalillo County, New Mexico The proposed procurement is a Two-Phase Best Value Request for Proposal (RFP). Competition is limited to SBA certified 8(a) program participants. NAICS is 236220, with a size standard of $45,000,000.00. Refer to Section 00 21 00 of the RFP, when issued, for information related to the Construction Cost Limitation (CCL) for this project. 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 during Phase Two. Phase One RFP will be issued on or about 31 January 2025, with proposals due on or about 4 March 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 the design and repair of the CEREBRO Laboratory Building 322.The building is approximately 34,000 GSF and includes Light Lab areas, Lab support spaces, existing Women's, and Men's restrooms to be updated to meet current Architectural Barriers Act (ABA) Standards, Air Force Instruction, and Building Code requirements. Also included in the scope of work is the upgrade of existing electrical power supply to meet Laboratories needs and the installation of a 10 Ton capacity Overhead Crane in the southeast High Bay. The interior renovations (approximately 13,500 SF) include repairs to the flooring, wall finishes, exterior doors, air lock interior doors, ceiling, electrical receptacles, communication, furniture, plumbing fixtures, and casework. This design shall conform to criteria established in the Air Force Corporate Facilities Standards (AFCFS), the Installation Facilities Standards (IFS). The project shall comply with applicable DoD, Air Force, and base design standards, environmental considerations, and requirements. 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. The Government will issue a solicitation with a specified closing date. The solicitation will include a brief summary of the requirement, Phase One evaluation criteria and process, and general information about the Phase Two evaluation criteria. Only those offerors that are determined to be most highly qualified in Phase One will be asked to submit their design and related information for Phase Two. 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. In accordance with FAR 36.211(b)(1-2), information regarding the US Army Corps of Engineer�s definitization of equitable adjustments for change orders under construction contracts is provided at the following USACE weblink, Partnering With Us, https://www.usace.army.mil/Business-With-Us/Partnering/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0aa34b8ebf46412a91a5050eb913cd51/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07315175-F 20250118/250116230101 (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.