SOLICITATION NOTICE
Y -- Ft. Buchanan Access Control Point (ACP) Construction
- Notice Date
- 10/3/2016
- 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-17-R-0002
- Point of Contact
- Stephen P. Hutchens, Phone: 5023156186
- E-Mail Address
-
stephen.p.hutchens@usace.army.mil
(stephen.p.hutchens@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This project is a design/build project to design and construct an Access Control Point (ACP) at USAG Fort Buchanan, Puerto Rico to comply with Department of the Army (DA) ACP Standards dated April 13, 2012 and Army ACP Standard Design w/ Drawings dated May 2013. The Request for Proposal will consists of the design and construction of Primary facilities including Guard Booths, a Gatehouse, an ID Check Canopy, POV/Truck Search Building, Over-watch Guard Booths, a Visitor Control Center, other associated vehicle and pedestrian control features, and systems recommended by the USACE Center of Standardization (COS) for ACPs. Supporting work and facilities includes demolition, land clearing, roadway and parking lot paving, fencing, general site improvements, utility runs and connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/energy measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with Department of Defense (DoD), Unified Facility Criteria (UFC), including energy efficiencies, building envelope and integrated building systems performance. Contractor shall be familiar with Vehicle Barrier Systems, Presence DetectionSafety Systems and criteria provided by Surface Deployment and Distribution Command, Transportation Engineering Agency (SDDCTEA). The contract duration is estimated at six hundred and eighty (680) calendar days from Notice to Proceed. A pre-proposal site visit will be held. Meeting and site visit details will be provided in the solicitation. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) Contract. The North American Classification Systems Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Small Business (SB) Set-Aside competitive procurement. Size Limitation is $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 factors (not necessarily in order): Price Contract Experience, Design Contractor Experience, Prime Contractor Past Performance, Design Contractor Past Performance, and Technical Approach. 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): Design/Technical (Design Drawings and Design Narrative), Management Plan and 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 Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FARS 36.204. The target ceiling for this contract (based on available funds) is approximately $8,500,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 18 October 2016. 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. The approximate due date for proposals is 17 November 2016 at 2:00 p.m. Louisville time (EDST). 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 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 Steve Hutchens at Stephen.P.Hutchens@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-17-R-0002/listing.html)
- Record
- SN04296757-W 20161005/161003234933-5a6793c7c3dfacecaf82fc3f8285c2b5 (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 |