P117 Missile Motor Magazines (MMM), Camp Navajo, AZ
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), Hi... 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), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-bid-build project to support the mission of Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC) providing strategic system support and storage to the fleet and other designated activities. All Storage facilities in the support program are required to be operational no later than 2022. The stored components needed to accomplish the SWFLANT and SWFPAC mission require special handling and storage and is located at Camp Navajo (Bellemont), AZ approximately 12 miles West of Flagstaff Arizona. Consideration will need to be given to constructing without interruption to adjacent operations. This includes special construction factors and the requirement for additional inspections of workers, vehicles and equipment associated within controlled industrial areas; traffic mitigation (barriers, alternative routes, temporary fencing) to alleviate choke points or to divert traffic away from construction zones; restricted contractor lay-down, parking and/or storage areas; work stoppage for emergency drills, weapons handling; and other events which require heightened security. Proposed Construction will provides modifications and alterations to 10 earth-covered, arch-type magazines for storage of Strategic Systems Programs missile motors. Modifications to the existing magazines will include new reinforced concrete interior slabs on grade with embedded rails. Sections of the concrete interior floors will receive a finish to support the movement of missile motors on chocks via air-bearing pallets. The project(s) will include intrusion detection systems (IDS) and Lightning Protection Systems(LPS). The project also includes mechanical upgrades for seven of the 10 magazines. Heating Ventilation Air Conditioning (HVAC) work includes new air handling units with dehumidification and an outdoor unit. HVAC work also includes concrete pads or structure, piping between indoor and outdoor units, remote mounted controllers that report alarms/status to base wide emergency management system and flow straighteners. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Pavement facilities include concrete loading dock, stairs, handrails and apron pads. Paving and site improvements include drainage structures (such as culverts and swales), roadways, and landscaping to restore the project site. Electrical utilities include primary and secondary distribution systems and will require the relocation and/or rerouting of the existing system. Telecommunication improvements include the demolition of the abandoned overhead fiber optic line. Demolition includes the deconstruction of the reinforced concrete floor slabs. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings. User Generated Unit Costs were used for this project and include the cost features to meet the minimum DoD AT/FP standards. P117 MMM Minimum critical capabilities required include specialized lightning protection, strict tolerance concrete work, security specifications, and ability to work in an active secure operations environment. The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, "Tradeoff Process" to result in a competitive, firm-fixed price contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is OVER- $10,000,000 to $25,000,000.00. Estimated duration of the project is 540 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y -- Construction of structures and facilities. As a reminder under FAR 52.219-14, Limitations on Subcontracting, small business prime contractors must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. Response MUST demonstrate experience in specialized Lightning Protection Systems (LPS) to include significant inspection & certification, specialized concrete for installation with strict tolerances, construction in secure areas, and ability to work in an active secure operations environment. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-protégé and teaming arrangement information. 6. Firm's Bonding capability (Firms MUST be able to Bond up to $20,000,000.00) (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by email or regular mail no later than 13 Mar 2019 by 2:PM(PST). All interested firms must be registered in SAM (System Acquisition Management) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017, ATTN: Sandy Oquita, CESPL-CT-E, Phone (213) 452-3249, email: sandra.oquita@usace.army.mil. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Primary Point of Contact.: Sandra Oquita, Contracting Officer sandra.oquita@usace.army.mil Phone: 213 452-3249 Fax: 213 452-4184
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »