Skip to main content

An official website of the United States government

You have 2 new alerts

DESIGN BID BUILD RANGE ROAD 1 OWEN ROAD SECTIONS 5 & 6, WHITE SANDS MISSILE RANGE, DONA ANA COUNTY, 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: Mar 31, 2023 10:16 am MDT
  • Original Response Date: Apr 16, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA

Description

SOURCES SOUGHT

For

W912PP23B0032

DESIGN BID BUILD RANGE ROAD 1 OWEN ROAD SECTIONS 5 & 6,

WHITE SANDS MISSILE RANGE, DONA ANA 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 for the Design-Bid-Build of Range Road 1 Owen Road Sections 5&6, White Sands Missile Range, Dona Ana County, New Mexico.  The proposed project will be a competitive, firm-fixed-price, construction contract procured in accordance with FAR 14, Invitation for Bid, 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 sources sought.

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 milling existing asphalt surface course, placement of new asphalt surface course overlay, placement and compaction of asphalt millings along existing aggregate road shoulders, and restriping of new asphalt road surface at Range Road 1 Owen Road, Sections 5 & 6, White Sands Missile Range (WSMR), New Mexico.  The project involves road reconstruction extending from the Las Cruces Access Control Gate to approximately 3.5 miles north of the WSMR main entrance gate.  The Contractor shall provide all supervision, labor, materials, equipment, supplies, and transportation necessary to perform this project as specified. Work shall comply with all specific installation, local, State, and Federal laws and regulations, and applicable code requirements.

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 highway construction involving cold milling of asphalt pavement surfaces in accordance with New Mexico Standard Specifications for Highway and Bridge Construction.

--Prime Contractor experience with highway construction involving placement of Superpave (SP-III) surface course Hot-Mix Asphalt (HMA) in accordance with New Mexico Standard Specifications for Highway and Bridge Construction.

--Prime Contractor experience with development and management of Traffic Control Plans for highway construction projects in accordance with New Mexico Standard Specifications for Highway and Bridge Construction and the Manual on Uniform Traffic Control Devices (MUTCD).

The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $45 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 21 July 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, Unique Entity ID, 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 6 years of same or similar size, scope, magnitude and complexity as the subject 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.

Interested Firm’s shall respond to this Sources Sought Synopsis no later than 16 April 2023, 2:00PM MST.  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.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History