Renovation of 11 H Barracks - McGregor Range, New Mexico
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)
- Original Published Date: Jan 28, 2025 05:06 pm CST
- Original Response Date: Feb 27, 2025 04:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 14, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2FC - REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Las Cruces , NM 88005USA
Description
SOURCES SOUGHT NOTICE For
Renovation of 11 H-Barracks Buildings
McGregor Range, New Mexico
This is a SOURCES SOUGHT notice; 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 NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the System for Award Management (SAM). It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement.
The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The planned acquisition strategy will be posted in SAM upon completion of market research analysis.
The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). All are highly encouraged to respond.
The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a Design Bid Build Renovation of 11 H-Barracks Buildings at McGregor Range, New Mexico. Anticipated project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process.
The Government is seeking experienced firms for the following scope of work:
This design bid build project renovates the 11 H-Barracks Buildings at McGregor Base Camp, New Mexico. This project will renovate the existing H-Barracks configuration into a U-shaped Barracks configuration. The renovation includes the 11 barracks buildings to meet current codes and standards. The design will include updating all the electrical, plumbing, lighting, communication, HVAC, a new fire suppression system, mechanical, roof, structural, floor, acoustical panel ceilings (APC), and abatement of asbestos containing materials (ACM) and lead based paint. This renovation shall include restrooms, showers, janitorial closets, vestibules, corridor, electrical and mechanical rooms, a laundry facility, interior walls shall be demolished, slab and exterior walls shall remain.
In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000
Estimated duration of the project is 730 calendar days.
The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45M.
The Product Service Code is Z2FC.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.
Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan.
Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.
Anticipated solicitation issuance within Quarter 3 Fiscal Year 2025 and the estimated proposal will be required within Quarter 4 Fiscal Year 2025. The official notice citing the solicitation number will be issued in SAM and firms are to register electronically to receive a copy of the solicitation when it is issued.
Firm response to this Notice shall be limited to 5 pages and shall include the following information:
1. Firm’s name, address, point of contact, phone number, and e-mail address.
2. Firm’s interest in bidding on the solicitation when it is issued.
3. Firm’s experience to perform the magnitude and complexity outlined in the Scope of Work above (indicate whether as a prime or subcontractor) by providing:
- Brief description of the project, customer name, and dollar value of the project – provide at least 3 examples within the last six years.
4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
5. Will the firm submit a response as a Joint Venture or other arrangement? If YES, specific type: Joint Venture, Mentor-Protégé, Teaming Arrangement, or Other
6. Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars)
7. This project is subject to Project Labor Agreements for Federal Construction Projects (PLA). Would your firm provide a proposal knowing the project is subject to PLAs?
___Yes ___No
This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment and Offerors must be active in SAM to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR 52.204-26. Award cannot be issues for non-compliance until SAM Registration is complete, otherwise offerors will not be eligible for award.
The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information.
Interested Firms shall respond to this Notice no later than 1600 (Central) on 28 February 2025. Email your response to Lindsay Chvilicek, Contract Specialist, Fort Worth District @ lindsay.m.chvilicek@usace.army.mil
EMAIL IS THE ONLY ACCEPTABLE METHOD FOR RECEIVING RESPONSES TO THIS NOTICE.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
- FORT WORTH , TX 76102-6124
- USA
Primary Point of Contact
- Lindsay Chvilicek
- lindsay.m.chvilicek@usace.army.mil
- Phone Number 8174085319
Secondary Point of Contact
History
- Jan 28, 2025 05:06 pm CSTSources Sought (Original)