Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

No Information to Display

October 25, 2024

No Information to Display

2000 Wyoming Blvd SE

Outdoor Lighting, Paving, Renovation, Site Work

No Information to Display

$10,000,000.00

Public - Federal

img_map_placeholder

2000 Wyoming Blvd SE, Albuquerque, NM

Our team is requesting plans for this project.

Subscribe to View Full Documents

SOURCES For W912PP24R0007 BUILD FY 23 CONSTRUCT INTEGRATION LAB (REVIL), KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO This is a SOURCES 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 . 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 an Integration Lab with Administrative Office Space at Kirtland Air Force Base, New Mexico for the Air Force Research Laboratory (AFRL). The proposed project will be a competitive, firm-fixed-price, --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 - decision to be issued will depend upon the responses to this synopsis. PURPOSE OF SOURCES 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 5,265 S.F. building with an exterior envelope constructed of integral color split face Concrete Masonry Unit (CMU) and an insulated Thermoplastic Polyolefin (TPO) roof on a metal deck on bar joists. The walls shall be insulated to reduce heat loss and meet required Sound Transmission Class (STC) ratings. The exterior and interior doors shall be hollow metal with hollow metal frames. The building contains low and high bay sections. The high bay section will include overhead rolling doors and an adjacent loading dock. Interior walls will be constructed of Gypsum board on metal studs and insulated to meet STC requirements. The project includes Heating, Ventilation, Air Conditioning (HVAC) system, electrical power, lighting and lightning protection, access controls, data, fire alarm and fire sprinklers. Site work includes grading and drainage, a roadway extension, parking areas, site lighting, site utilities and a septic sewer system and incidental related work. The includes six options that adds square to the building. Option 1: Additional Light Lab (second Light Lab), Option 2: Additional High Bay (third High Bay), Option 3: Asphalt Parking, Option 4: Furniture and Equipment, Option 5: Overhead Cranes (Two cranes, one in each High Bay) and Option 6: Internal Communication Lines (Fiber and Copper runs from switch in comm room throughout facility). 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/ capabilities required for this project are: --Prime Contractor experience with constructing spaces to meet ICD 705 requirements. --Prime Contractor experience with the --Build process. --Prime Contractor experience providing facilities that meet stringent Federal Antiterrorism and Force Protection Requirements including physical security and construction provisions. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45.0 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 synopsis. Anticipated solicitation issuance date for the solicitation is on or about 06 December 2020. 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 OF RESPONSES TO THIS SOURCES Firm's response to this Sources shall be 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, and complexity as the DTRA Administrative Building. a. Provide a brief description of the project, contract type, contract number, technical description, dollar of the project, period of , customer name along with the current point of contact, telephone number and , whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protege program. If your firm was a subcontractor indicate your role in the project and the dollar of the portion performed. 4. Firm's experience with the minimum capabilities listed in this Sources Notice. 5. Do you intend to have partners represented in the response This includes, but is not 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 Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information. Solicitation documents, , and specifications are only 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 and specifications will be made for without charge after the solicitation is released, when accessed through PIEE. Interested Firm's shall respond to this Sources Synopsis no later than 25 October 2023, 2:00PM MST. All interested firms must be registered in SAM to be eligible for of Government contracts. your response to Diana Keeran at diana.m.keeran@usace.army.mil. Firms responding to this sources 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 notice. If inadequate responses are received, this solicitation may be issued for full and open competition. The Method of Contractor Selection has not been determined at this Time *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.