Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
MODIFICATION

Y -- Construction of Fire Station at Dobbins Air Reserve Base (ARB), GA

Notice Date
1/6/2017
 
Notice Type
Modification/Amendment
 
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
W912QR17R0011
 
Archive Date
3/8/2017
 
Point of Contact
Emily A. Moore,
 
E-Mail Address
emily.a.moore@usace.army.mil
(emily.a.moore@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DESCRIPTION: The U.S. Army Corps OF Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0011 for the Construction of a Fire Station at Dobbins Air Reserve Base (ARB), GA. Construct a new main Combination Structural/Aircraft Rescue Firefighting Station to replace existing fire station building 745. The total project encompasses 21,765 SF of new construction. Construction includes spread footing foundation, concrete floor slab, brick veneer masonry walls, steel frame and standing seam metal roof. The facility will include administration, communications, training, living quarters and reserve training unit areas. Construct sidewalk, roadway, fencing and paving. This project shall be able to receive a United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) rating of Silver and meet all AT/FP requirements. The project contains options such as: Additional Communications Duct The Contract Duration is 540 calendar days from contract award. TYPE OF CONTRACT AND NAICS: This RFP will be one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. Size Standard is $36.5 Million. TYPE OF SET-ASIDE: This acquisition will be an 8(a) Small Business set-aide for firms having a bona fide office located in Region IV; including Georgia, Alabama, South Carolina, Florida, Mississippi, Kentucky, North Carolina, and Tennessee. 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, Management Plan, 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 discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204 the magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. The target ceiling for this contract is approximately $8,850,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 19 January 2017. 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 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, Emily Moore, at emily.a.moore@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to the synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR17R0011/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base, Marietta, Georgia, 30067, United States
Zip Code: 30067
 
Record
SN04365957-W 20170108/170106234417-1571be21910224fb4e505373fdf46bfc (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.