SOLICITATION NOTICE
Y -- Add/Alt Foreign Materiel Exploitation Laboratory at Wright Patterson Air Force Base, OH
- Notice Date
- 2/24/2015
- 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-15-R-0021
- Response Due
- 4/16/2015
- Archive Date
- 5/16/2015
- Point of Contact
- Christa Proctor, 502-315-7408
- E-Mail Address
-
USACE District, Louisville
(christa.l.proctor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0021 for the Construction of the Add/Alter Foreign Materiel Exploitation Laboratory consisting of an approximately 58,480 square foot (SF) new building, approximately 1,300 SF alteration of an existing building, and demolition of an existing 9,500 square foot (SF) building at Wright Patterson Air Force Base, Dayton, OH. The building will be of permanent construction with reinforced concrete foundations, concrete floor slabs, standing seam metal roof, mechanical systems, communication systems, fire protection, fire detection, and electrical systems in a secure environment. Construction will also include several electronics laboratories, open office/administration space, secure and controlled areas, conference space, high bay area, and a security control room. The alteration to the existing building includes a connector corridor and connectivity to the existing communication systems. Supporting facilities will include site preparation, parking, paving, fencing, geothermal, and extension of utilities to serve the project. Phased construction, LEED Certification, and use of Building Information Modeling/Construction Operations Building Information Exchange (BIM/COBie) is required. All work is constructed in a secure environment and shall follow ICD 705. Contractors and subcontractors are required to be US Owned and only US Citizens and other US persons as described in ICD 705 shall work on the project and at the project site. The project contains options such as: 1) Operations and Maintenance, Air Force Funded Equipment Items; 2) Supporting Facilities - paving/gate; 3) Primary Facilities - Enhanced Commissioning. The Contract Duration is six hundred ninety (690) 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 full and open type procurement. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with FARS 36.204. The target ceiling for this contract is approximately $25,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 11 March 2015. Details regarding the Optional Site Visit will be included in the solicitation. 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. SOLICITATION WEBSITE: Contractors shall request certification using the Defense Logistics Information Services Joint Certification Program. Contractors prior to obtaining plans and specifications shall provide the certification as well as a signed agreement using the following language to the Contracting Specialist. SUBJECT: Contractor Control of Plans 1. You are receiving access to download the Add/Alter Foreign Materiel Exploitation Laboratory project from FBO with the above password. These files contain Government information that includes prints, diagrams and floor plans. By downloading the files you agree to the following: a. Control and secure contents of information/plans related to this project b. Limit dissemination/reproduction to minimum required to complete bidding process c. Not post information/plans on company website or any other site accessible to the public d. Return/destroy information/plans/delete electronic files within 30 days of unsuccessful bid or project completion 2. Any questions regarding this letter or policy should be directed to the contract specialist: Christa Proctor, christa.l.proctor@usace.army.mil. 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 Contract Specialist, Christa Proctor, christa.l.proctor@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-15-R-0021/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
- SN03650370-W 20150226/150224235353-253928c3bb8b52a83fd12a71dc00a482 (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 |