SOLICITATION NOTICE
Y -- Design/Bid/Build AT/MOB Dining Facility at Fort McCoy, WI.
- Notice Date
- 1/9/2017
- 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-0008
- 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/bid/build project to construct a standard design 1428-person Annual Training / Mobilization (AT/MOB) Dining Facility (DFAC) at Ft. McCoy, WI. This new DFAC is based on the standard design Operational Readiness Training Complex (ORTC) dining facility for 1428 persons. Project includes food preparation and cooking areas, entrance/control area, serving, dining, dishwashing, pot wash, administration, locker area, waste disposal, receiving and loading dock, cold and dry storage, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; hip and gabled roofs and canopies; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility 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 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 540 days. A pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. The target ceiling for this contract (based on available funds) is approximately $10,270,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Management Plan; Small Business Participation Plan; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are 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. 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 an Unrestricted Requirement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 24 January 2017. 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 24 February 2017 at 1:00 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 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 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-0008/listing.html)
- Place of Performance
- Address: Fort McCoy, Fort McCoy, Wisconsin, 54656, United States
- Zip Code: 54656
- Zip Code: 54656
- Record
- SN04366857-W 20170111/170109234258-4b3b2ca1626e0090be4d0bdb873d04b3 (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 |