AWARD
10 -- Joint Regional Deployment Phase I, March Air Reserve Base, California
- Notice Date
- 4/27/2015
- Notice Type
- Award Notice
- 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-0012
- Response Due
- 2/24/2015
- Archive Date
- 5/27/2015
- 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
- Award Number
- W912QR-15-C-0009
- Award Date
- 4/24/2015
- Awardee
- MACRO-Z-TECHNOLOGY COMPANY (605897420) <br> 841 E WASHINGTON AVE <br> SANTA ANA, CA 92701
- Award Amount
- $17,702,932.00
- Line Number
- 0001-0006
- Description
- DESCRIPTION: Construct 4,555 SM metal stud and stucco structure with a standing seam metal roof, HVAC, electrical, water/sewer, structural systems, mass notification system and interior finishes/features. All utilities and site improvements are included. New facility will include personnel deployment processing, classified briefing rooms, food services, passenger services and office areas. The proposed project shall be designed and constructed according to current AT/FP standards. Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13423, 10 USC 2802 (c), and other applicable laws and Executive orders. Air Conditioning: 200 Tons. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with FARS 36.204. SELECTION PROCESS: This is single phase procurement following the LPTA, low price technically acceptable 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; Schedule; 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 a TOTAL SMALL BUSINESS SET-ASIDE competitive procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Christa Proctor at Christa.L.Proctor@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-R-0012/listing.html)
- Record
- SN03711764-W 20150429/150427234830-663f94e8e3b2239786b682b46e4ccb26 (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 |