Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOLICITATION NOTICE

Y -- Construction of New Boiler Plant, Edward Hines Jr. VAMC, Hines, IL

Notice Date
4/26/2016
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial 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-0030
 
Archive Date
9/30/2016
 
Point of Contact
Brenna A. Crawford, Phone: 5023156182
 
E-Mail Address
brenna.a.crawford@usace.army.mil
(brenna.a.crawford@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-16-R-0030 for the Construction of a New Boiler Plant at Edward Hines Jr. VAMC, Hines, IL. The project is for the construction of a new physical plant that will house four new boilers, each with a capacity of 35,000 Lbs/Hr Steam; and an emergency diesel engine generator (1 megawatt). The project will also include construction of the underground steam distribution system that services a multiple building campus (including a hospital) that must remain operational during construction. There are three main major tie ins to the existing steam distribution system that must be accomplished during coordinated outages. The length of the underground steam distribution system is approximately 3,000 LF, contained in a concrete box culvert/conduit constructed in trenches as deep as 25 feet below grade routed through the campus between existing buildings, under roadways and under existing water lines, sewer lines, electrical lines and other underground utilities. The project will involve bringing on the system, commissioning and all associated controls. The building is comprised of approximately 2,500 gross square feet of basement, 18,000 gross square feet of ground floor and 4,500 gross square feet of mezzanine. Site improvements associated with the new physical plant include access drives off of Tripp Avenue and 5th Avenue, visitor and employee parking areas, truck dock(s), new perimeter security fencing, new fuel oil underground storage tanks (USTs), and a new partial underground water reservoir. The Contract Duration is nine hundred ten (910) 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 236210 Industrial Building Construction. TYPE OF SET-ASIDE: This acquisition will be Unrestricted. 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, Schedule, Small Business Participation Plan 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 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 11 May 2016. 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: 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 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, Brenna Crawford, at Brenna.a.crawford@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-16-R-0030/listing.html)
 
Place of Performance
Address: 600 Dr. Martin Luther King Jr. Place, Louisville, Kentucky, 40202, United States
Zip Code: 40202
 
Record
SN04095321-W 20160428/160426234247-dbc02277eb441bb783ba4dc0ec079982 (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.