New Mexico Bids > Bid Detail

Guided Missile Building Salinas Peak for White Sands Missile Range, New Mexico

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159570273117392
Posted Date: Jul 12, 2023
Due Date: Jul 27, 2023
Solicitation No: W912PP24R0003
Source: https://sam.gov/opp/ba74700a83...
Follow
Guided Missile Building Salinas Peak for White Sands Missile Range, New Mexico
Active
Contract Opportunity
Notice ID
W912PP24R0003
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 11, 2023 02:40 pm MDT
  • Original Response Date: Jul 27, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JB - CONSTRUCTION OF TESTING AND MEASUREMENT BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA
Description

SOURCES SOUGHT



For



W912PP24R0003



Guided Missile Building Salinas Peak for White Sands Missile Range, 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 a Guided Missile Building Salinas Peak at White Sands Missile Range, New Mexico. The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR 15, Negotiated Procurement using a Lowest Price Technically Acceptable (LPTA) selection 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 the Guided Missile Building Salinas Peak Project at White Sands Missile Range, New Mexico. The project is located approximately 9,000 feet above sea level and includes a 1,200 sf Shelter-In-Place facility, renovation of an 800 sf Observation Bunkhouse, construction of a 2,827 sf reinforced concrete test pad, electric service infrastructure supporting facilities including two 500 kVA generators, generator fuel tank, switchgear and weatherproof enclosure, concrete generator pads, and utility connection to new and existing facilities. Lightning protection will be included with all vertical and horizontal facilities to be constructed. Supporting facilities include site development, utilities, fire protection and detection measures, lighting, fencing and gates, cybersecurity measures, sustainability/energy measures, building information and communications systems.





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





The minimum/special capabilities required for this project are:





--Prime Contractor experience with isolated construction project locations involving long distance transportation of personnel, equipment, and material, as well as limited existing utilities and infrastructure.





--Prime Contractor experience with the construction of heavily reinforced blast-resistant concrete structures for Department of Defense facilities.





--Prime Contractor experience with portable ready-mix concrete batch plants for the production of structural concrete meeting American Concrete Institute (ACI) 301 Specifications for Structural Concrete.





-Prime Contractor experience with rock drilling operations required for deep concrete pile foundations.







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.





Anticipated solicitation issuance date for the solicitation is on or about 22 March 2024. 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, Unique Entity Identifier (UEI), 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 7 years of same or similar size, scope, magnitude and complexity as the Guided Missile Building Salinas Peak Project.





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 July 2023, 2:00PM MST.





NOTE: Contractors are required to complete a cybersecurity assessment in the Supplier Performance Risk System (SPRS), https://www.sprs.csd.disa.mil PRIOR to submitting a proposal.





Additionally, all interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Robert McPherren at robert.j.mcpherren@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
  • Jul 11, 2023 02:40 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 >