SOLICITATION NOTICE
Y -- Construction of a Modified Automated Multipurpose Machine Gun (MPMG) Range located at Ft. Dix, Ocean County, NJ.
- Notice Date
- 8/8/2014
- 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-0059
- Response Due
- 9/23/2014
- Archive Date
- 10/23/2014
- Point of Contact
- Tom Dickert, (502) 315-6177
- E-Mail Address
-
USACE District, Louisville
(tom.e.dickert@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: Construction of a modified Automated Multipurpose Machine Gun (MPMG) Range located at Ft. Dix, Ocean County, NJ. Primary features include the MPMG range, range operations control area, range control tower, classroom building, operations/storage building, bleacher enclosure, covered mess, ammunition breakdown building, latrine pad, and building information systems. Supporting facilities include electric service; paving, walks, curbs and gutters; and information systems. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelope and integrated building systems performance. Air Conditioning (Estimated 6 Tons). The solicitation may contain the following options: asphalt aprons, covered mess, bleacher enclosure, and classroom building. Furniture is NOT included in this contract. Contract duration is 540 days. A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FARS 36.204. The target ceiling for this contract (based on available funds) is approximately $8,483,500. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Management Plan; Key Personnel Experience; Schedule; Subcontracting Information, Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This is an UNRESTRICTED competitive procurement. In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 August 2014. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 23 September 2014 at 2:00 p.m. Louisville time (EDST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the 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 the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. 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 Tom Dickert at tom.e.dickert@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0059/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN03458081-W 20140810/140808235234-90aaf5e507289e3ecd15abf3a7247802 (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 |