Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

Y -- Construction of a Squadron Operations Facility at Davis-Monthan AFB, AZ

Notice Date
2/26/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-16-R-0017
 
Archive Date
4/29/2016
 
Point of Contact
Michael D. Hutchens, Phone: 5023156180
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(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-16-R-0017 for the Design/Bid/Build construction of a squadron operations facility including warehouse and equipment storage yard on Davis-Monthan AFB near Tucson, Arizona. The building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete using insulated concrete forms (ICF) and masonry walls; standing seam metal roof (SSMR); heating, ventilation and air conditioning(HVAC); and plumbing, mechanical, security and electrical systems. Land clearing, paving, fencing, general site improvements and utility connections are also part of the scope of work. Anti-terrorism/force protection (AT/FP) and physical security measures will be incorporated into the design. Sustainability/energy measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DOD's unified facilities code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Additionally, this project may include construction of a squadron operations parachute drying tower (PDT) including deep reinforced concrete foundation footings, concrete slab, steel frame with insulated metal panels, hoist platform, parachute hoist motors, HVAC, water supply, ladder with safety rail, roof hatch, and all related site work. Included in the construction of the PDT is a small roof connecting the tower to the main building. Finally, this project may include the construction of the full warehouse (approximately 100' longer than base bid) as shown in the construction drawings so that the north facade of the warehouse is co-planar with the north facade of the training building. The scope of this work includes construction of reinforced concrete footings, reinforced insulated concrete form (ICF) walls, light gauge roof trusses, translucent reinforced fiberglass panels, overhead coiling doors, doors and windows, HVAC, plumbing and related site work to finished full warehouse structure. The Contract Duration is five hundred and forty (540) 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. Potential offerors are invited to submit their performance, technical, and capability information as will be described in Section 00112 of the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): 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. 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 solicitation on or about 15 March 2016 with an approximate closing date on or about 14 April 2016. 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 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 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-16-R-0017/listing.html)
 
Record
SN04032827-W 20160228/160226234650-6c8f9a61bb0f84368991e9734eb293f3 (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.