SOLICITATION NOTICE
Y -- Ft. Buchanan, PR Apparatus Building
- 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-0001
- Archive Date
- 12/2/2016
- Point of Contact
- Morgan K. Strong, Phone: 502-315-6210
- E-Mail Address
-
morgan.k.strong@usace.army.mil
(morgan.k.strong@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This project is a design/build project to construct an Apparatus Building and renovations to Building 399 to accommodate the Fire Department at USAG Fort Buchanan, Puerto Rico. The Request for Proposal will consists of the construction of a 6,000 SF Pre-Engineered Metal Apparatus Building with a connecting 500 SF Covered Walkway to building 399. The facility will include four fully enclosed apparatus bays with a pre-engineered metal exterior shell, insulated walls, overhead doors (fast acting) and roof. A concrete slab with footings will be installed, Concrete Masonry Unit (CMU) wainscoting, room dividers, interior/exterior doors, fire protection systems, and a vehicle exhaust system. Building 399 will be renovated to include a 520 SF Kitchen, 1,325 SF Dormitory and 90 SF Restroom. New construction shall include all incidental work such as site/earth work, paving, selective demolition, concrete work, structural work, electric and lighting work, plumbing and mechanical work, paint and finishes. Antiterrorism/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. Contract duration is estimated at 490 days. A pre-proposal site visit will be held. Meeting and site visit details will be provided in the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $1,000,000 and $5,000,000, in accordance with FARS 36.204. The target ceiling for this contract (based on available funds) is approximately $1,900,000. Offerors are under no obligation to approach this ceiling. PLEASE NOTE: This project will be subject to the Availability of Funding (SAF). 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 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. 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 competitive procurement is a 100% Total Small Business Set Aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 18 October 2016 and the approximate closing date for Phase I is 17 November 2016. The approximate issue date for Phase II is on or about 20 December 2016 and the approximate closing date for Phase II is on or about 19 January 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. 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 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 Morgan Strong at morgan.k.strong@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-0001/listing.html)
- Record
- SN04296805-W 20161005/161003235006-06a6d7869b3858c1c7d252c8022f5878 (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 |