SOLICITATION NOTICE
Z -- Design and Renovation of the Little Rock, Arkansas Armed Forces Reserve Center
- Notice Date
- 6/10/2015
- 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-0029
- Response Due
- 7/28/2015
- Archive Date
- 8/27/2015
- Point of Contact
- Michael Hutchens, 502-315-6180
- E-Mail Address
-
USACE District, Louisville
(michael.d.hutchens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0029 for the design and renovation of approximately 77,871 SF of the existing Training building (USARC) (Building 2) and an approximate 11,480 SF Area Maintenance Support Activity (AMSA) (Building 4) shop. The work will also include additions to Building 2 for a pump house and electrical/telecom room. The building interior's will be generally be refinished. Heating, ventilation, and air conditioning systems will be replaced. Limited work will be performed on the Navy/Marine portion of Building 2. New fire alarm and suppression systems will be installed including provisions for a fire pump. Lightning protection systems will be added. Exterior windows, doors and siding are to be replaced. Building structures will be upgraded to comply with Anti-Terrorism Force Protection (ATFP) and seismic requirements. Exterior work includes repair and expansion of parking lots and MEP parking. Site improvements will be made for compliance with the Americans with Disabilities Act (ADA), ATFP requirements, and to improve drainage. Exterior lighting will be improved in the existing MEP parking. Both buildings will be vacated during construction. The project will provide temporary facilities in order to house personnel and operations displaced during construction. The Contract Duration is five hundred and fifteen (515) 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 $36.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This is a two-phase Design-Build procurement process. 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, Design Contractor Past Performance, and Management. 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. 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 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 25 June 2015 and approximate closing date for Phase I is on or about 28 July 2015. The approximate issue date for Phase II solicitation is on or about 6 August 2015 and the approximate closing date for Phase II is on or about 5 September 2015. 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. 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, Michael Hutchens at Michael.D.Hutchens@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-R-0029/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
- SN03760226-W 20150612/150610235804-70d4b6aeb9b44eceecf4cecccff5d0d6 (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 |