Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2014 FBO #4437
SOLICITATION NOTICE

Y -- Design and Construction of an Army Reserve Center (ARC) located at Attleboro, MA

Notice Date
1/15/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-14-R-0023
 
Response Due
3/4/2014
 
Archive Date
4/3/2014
 
Point of Contact
Sarah Ignacio, 502-315-6174
 
E-Mail Address
USACE District, Louisville
(sarah.k.ignacio@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-14-R-0023 for the Design and Construction of an Army Reserve Center (ARC) located at Attleboro, MA. This project will provide a new Army Reserve Center (ARC) consisting of an approximately 44,000 SF Training Center, approximately 17,000 SF Vehicle Maintenance Shop (VMS), approximately 2,300 SF of Unheated Storage, and Military Equipment Parking located at Attleboro, MA. The buildings will be of permanent construction with reinforced concrete foundations, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, electrical systems, and security systems. Supporting facilities will include paving, fencing, general site improvements, parking space for privately-owned vehicles, and extension of utilities and necessary permits to serve the project. The project will contain the following options: 1) OMAR Funded Items; 2) Bona Fide Need OMAR Funded Items; 3) MEP Heavy Duty Pavement; 4) Bi-Level Loading Ramp; 5) Covered Wash Rack; 6) Overhead Crane OMS; 7) Unheated Storage Building; 8) Radiant Floor in OMS; 9) DEPMEDS; 10) Rubber Floor in Assembly Hall; 11) Intelli Key Locks The contract duration is seven-hundred-twenty (720) calendar days from contract award. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Total Small Business Set-Aside competitive procurement. Size Limitation $33.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This is a two-phase Design-Build procurement. Potential offerors are invited to submit their performance and capability information as will be described in Section 00116 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Prime Contractor Experience, Design Contractor Experience, Prime Contractor Past Performance, and Design Contractor Past Performance. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. An announcement identifying the selected offerors and the expected date of issue of Phase II will be posted to the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00118 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Technical Approach (Color Renderings, Design Drawings, and Design Narrative), Management Plan, Schedule, and Price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 252.236.204. The target ceiling for this contract is approximately $18,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 30 January 2014 and approximate closing date for Phase I is on or about 04 March 2014. The approximate issue date for Phase II solicitation is on or about 06 May 2014 and the approximate closing date for Phase II is on or about 05 June 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held after Phase I, for the five (5) qualified offerors at Attleboro, MA. Details regarding the conference will be issued in an amendment. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Sarah Ignacio, (502) 315-6174, sarah.k.ignacio@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0023/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03268350-W 20140117/140115234312-38dadf2b7136b90d546239fe78842d82 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.