VARIOUS LABORATORY RESTORATIONS AT KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Agency:
State: New Mexico
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159635245753701
Posted Date: Nov 3, 2023
Due Date: Nov 27, 2023
Source: Members Only
Follow
VARIOUS LABORATORY RESTORATIONS AT KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Active
Contract Opportunity
Notice ID
W912PP2400LAB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST ALBUQUERQUE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 03, 2023 02:20 pm MDT
  • Original Response Date: Nov 27, 2023 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

SOURCES SOUGHT



For



W912PP2400LAB



VARIOUS LABORATORY RESTORATIONS AT 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 two (2) new contracts for renovations and alterations to laboratories located at Kirtland Air Force Base, New Mexico for the Airforce Research Laboratory (AFRL). The proposed projects will be competitive, firm-fixed-price, design-build contracts procured in accordance with FAR 15, Negotiated Procurement using a 2 Phase 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:



Project A: New Science & Technology On-Orbit Research Mission Operations Center (STORM): A Minor Construction and Repair Scope to plan and design a single-story addition to existing Building 592 (B592). The new construction will be 3,654 gross square feet. The building will be constructed with a reinforced concrete foundation, slab on grade, CMU walls with EIFS (exterior insulating finishing system), interior furred-out steel stud walls and structurally sloped roof assembly with a single-ply membrane roof. Two (2) new restrooms will be provided in the new addition. The Repair scope is to repair approximately 4,800 square feet of existing space in B592 to satisfy mission requirements. Additional requirements include a new HVAC system and review and possible repairs/improvements to the existing fire suppression system.





Project B: Fiber Laser Integration Test and Experimentation Space (FLITE): Repair labs to house new equipment, including electrical service, communication infrastructure, HVAC infrastructure and layout of spaces to improve efficiency of experiments. The project will also address accessibility and egress issues in the existing facility. The Base Bid addresses life safety egress deficiencies by upgrading the main fire stair and adding an exterior stair at the northwest corner of the third floor. The second and third floor areas will comply with life safety egress requirements whether the Options are awarded or not. The Base Bid will include all work to provide accessibility from the exterior to all floors within the building (including elevator and lobbies) and the upgrades to the first floor The facility infrastructure, such as HVAC, electrical systems, communications, and fire protection will also be repaired with this project. A kitchen and break area will also be included in this renovation.



In accordance with FAR 36/DFARs 236, the estimated construction price range for each project is: Between $5,000,000 and $10,000,000.



The minimum/special capabilities required for this project are:



--Prime Contractor experience with constructing spaces to meet stringent security requirements while working in an occupied space.



--Prime Contractor experience with the Design-Build process performed for the Government.



--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 $45.5 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.



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 15 December 2023. The official synopsis citing the solicitation number will be issued on 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 repair/renovation scopes listed above.



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/Protégé 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.



Procurement Integrated Enterprise Environment (PIEE)



All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information.



Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.



Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.



Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through PIEE.



Interested Firm’s shall respond to this Sources Sought Synopsis no later than 27 November 2023, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Loretta Sanchez at Loretta.D.Sanchez@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.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4101 JEFFERSON PLAZA NE
  • ALBUQUERQUE , NM 87109-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 03, 2023 02:20 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >