Similar Projects
Dutch Bros - Rio Bravo Boulevard SW / Albuquerque
New Construction, Infrastructure
Conception
$100,000 est. value
South Valley, NM 87105

Fire Station 36 - Bernalillo County
Demolition, New Construction, Infrastructure
Conception
$5,000,000 CJ est. value
Albuquerque, NM 87113

Taylor Middle School Classroom Block - Albuquerque Public Schools
Addition, Infrastructure
Design
$4,900,000 CJ est. value
Los Ranchos de Albuquerque, NM 87114

Zia Elementary School Classroom Block - Albuquerque Public Schools
Addition, Infrastructure
Design
$7,034,277 CJ est. value
Albuquerque, NM 87108

RFQ Design - Duranes Early Child Center
Demolition, New Construction, Renovation, Infrastructure
Bidding
$4,787,000 CJ est. value
Albuquerque, NM 87104

RFQ Design - Reginald Chavez Final Phase
New Construction, Infrastructure
Bidding
$11,617,320 CJ est. value
Albuquerque, NM 87104

Joan Jones Community Center at Atrisco Hills Addition Phase 2
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$1,500,000 CJ est. value
Albuquerque, NM 87105

FY20 CRH ADAL PhII Simulator Facility, Kirtland Air Force Base, Bernalillo County, NM
Renovation
Post-Bid
$25,000,000 CJ est. value
Albuquerque, NM 87123

Alamo Navajo Water System Improvements Water Meter Replacement
Results
$1,000,000 to $1,500,000 est. value
Albuquerque, NM

APS Bituminous Paving
Infrastructure
Results
Albuquerque, NM

Hiland Plaza
New Construction, Infrastructure - 2,000 SF
Construction
$18,000,000 CJ est. value
Albuquerque, NM 87108

Prince Street Industrial Speculation Building
New Construction, Infrastructure - 84,000 SF
Construction
$45,000,000 CJ est. value
Albuquerque, NM 87105

Highland High School - 2021 Bond - Albuquerque Public Schools District
New Construction, Infrastructure
Pending Verification
$27,957,586 CJ est. value
Albuquerque, NM 87108

2021 Bond- McKinley Middle School - Albuquerque Public Schools
Addition, Demolition, Infrastructure
Pending Verification
$14,709,736 CJ est. value
Albuquerque, NM 87110

Swede Scholar Regional Recreation Complex Improvements and Additions - Bernalillo County
Renovation, Infrastructure
Conception
$2,500,000 CJ est. value
Albuquerque, NM 87106

Last Updated 06/12/2023 09:03 AM
Project Title

FY19 MQ-9 FTU Operations Facility, Holloman Air Force Base (HAFB), Otero County, New Mexico

Physical Address View project details and contacts
City, State (County) Albuquerque, NM 87109   (Bernalillo County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Military Facility, Paving/Reconstruction, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $57,761,733 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

*As of June 12, 2023, a general contractor has not been awarded. A timeline for award has not been confirmed. PROJECT DESCRIPTION a. INTRODUCTION (1) The United States Army Corps of Engineers (COE) is soliciting proposals for the design and construction of MQ-9 Formal Training Unit (FTU) Ops Facility at Holloman Air Force Base, Otero County, New Mexico (2) Offerors will be required to submit firm-fixed price proposals. (3) The project will be executed using a Design-Build process as described below. b. THE DESIGN-BUILD PROCESS (1) The project will be designed and built by a single firm or a team of firms (the Contractor) that has registered architects and engineers employed by or subcontracted to their organization. The Contractor retains the responsibility of the Architect-Engineer of Record, whether the Contractor uses architects or engineers from within his organization or subcontracts with an outside Architect/Engineer firm(s) for design services. W912PP22R0018 Page 8 of 111 (2) The Design Criteria in conjunction with the specifications identify project design elements, building systems and materials through scope drawings, written and referenced design criteria and other performance specifications. The successful Offeror will be required to complete the design documentation and construction of the project in compliance with these requirements. (3) An outline description of the Design-Build process follows: A. Design Criteria. The Government has developed the Design Criteria, which will be included in Volume 1 of this RFP for Phase Two Offerors. These documents include specific criteria, drawings and specifications that generally define the required scope and quality for the project. B. Proposal Phase (i.) The Proposal Phase includes that time from announcement of the project through the selection process to the final award of the contract to the successful Offeror. (ii.) Section 002216 of the solicitation defines the content, organization, and submission requirements of the technical and price proposals. (iii.) The U.S. Army Corps of Engineers (COE) will evaluate and award the contract to a single Offeror based upon criteria that are outlined in Section 002216 of the RFP. BIDDER INQUIRY AND PROPOSAL INFORMATION a. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org. 1. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page, you may view all bidder inquiries or add inquiry. 2. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. 3. The Solicitation Number is: W912PP22R0018 The Bidder Inquiry Key is: B2H896-XU47W3 b. The Bidder Inquiry System will be unavailable for new inquires one week before proposals are due, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. c. Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. d. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. W912PP22R0018 Page 7 of 111 e. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. CONTRACTING OFFICER AUTHORITY The Contracting Officer who signs this contract will be the primary Contracting Officer for this contract. However, any Contracting Officer assigned to the Albuquerque District, contracting within his or her authority, may take formal action on this contract when a contract action needs to be taken and the primary Contracting Officer is unavailable. NAICS CODE AND SMALL BUSINESS SIZE STANDARD The North American Industry Classification System (NAICS) code for this acquisition is 236220. The small business size standard is: the average annual receipts of the concern and its affiliates for the preceding three fiscal years must not exceed $39.5 million. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. CONSTRUCTION COST LIMITATION (CCL) The CCL for this project is $57,761,733.00. PRE-PROPOSAL CONFERENCE AND SITE VISIT Individual site visits will not be allowed. A formal pre-proposal conference and site visit will be conducted at a date and time as announced for those Offerors selected for Phase Two. The Offeror's attention is directed to FAR clause 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK" in Section 007000. Phase-two Offerors are advised to attend the site visit and conference to ascertain the degree of difficulty and other factors affecting the work in accordance with this clause. Offerors are cautioned that nothing said or done at the pre-proposal conference or site visit will qualify or modify the terms of the solicitation document. The only instrument that shall qualify or modify the solicitation is a formal amendment, in writing, per FAR 15.206. Tw o Phase Design Build MQ-9 Formal Training Until (FTU) Ops Facility, Holloman Air Force Base (HAFB), Otero County, New Mexico The NAICS for this project is 236220, w ith a size standard of $39.5 Million. The acquisition process w ill consist of tw o phases. Phase One requires the submission of relevant qualifications. No more than five (5) of the most highly qualified offerors from Phase One w ill be selected to participate in Phase Tw o. The price proposal schedule w ill not be required until Phase Tw o. A pre-proposal confernece and site visit w ill be conducted for Phase Tw o offerors. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the soliciation or final aw ard process. The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents