SOLICITATION NOTICE
Y -- Full Facility Restoration (FFR) of an Army Reserve Center (ARC) in Independence, MO
- Notice Date
- 4/17/2017
- 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-0034
- Archive Date
- 6/15/2017
- 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-0034 for the Full Facility Restoration (FFR) of an Army Reserve Center (ARC) in Independence, MO. The project consist of the design and renovation of approximately 35,710 SF of existing Training Building (USARC) and an existing parking lot as well acquiring adjacent property from the City. Repairs will replace aging floors, ceilings, doors, and mechanical/electrical systems with new, modern materials and systems that meet current codes (to include ADA-compliance considerations). Minor construction will modify the building interior to include entrances, exclusive/common administrative offices, classrooms, latrines, lobby area, increased electrical capacity, and other modifications to improve functional efficiency. New systems furniture will be installed in administrative office areas and classrooms. Limited site work includes landscaping, fencing, gates, signage, handicapped parking/ramps, privately-owned vehicle (POV) parking and military-y equipment parking (MEP) paving. Antiterrorism/force protection security requirements are addressed as part of the project scope. Full Facility Restoration will require acquisition of 6 adjacent acres from the city. The contract duration is seven hundred and twenty (720) calendar days from Notice to Proceed. 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 236220 - Construction of structures and facilities TYPE OF SET-ASIDE: This acquisition will be 8(a) Set-Aside among firms located within the geographical area serviced by the Kansas City District Office, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. SELECTION PROCESS: This is a Two-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: Phase I - Prime Contractor Past Performance, AE Designer or Record Past Performance and Technical Approach; Phase II - Design Technical, 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. 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 $5,000,000 and $10,000,000, in accordance with FAR 36.204. The target ceiling for contract award is $8,900,000, based on funds made available for this project. The Government cannot guarantee that additional funds can be made available for award. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing Phase I solicitation on or about 01 May 2017 and approximately closing date for Phase I is 31 May 2017. The approximate issue date for Phase II solicitation is 10 July 2017 and the closing date for Phase II is 9 Aug 2017. Details regarding the Optional Site Visit will be included in the Phase II solicitation. Actual dates and times will be identified in the Phase II 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, Emily Moore at emily.a.moore@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-0034/listing.html)
- Place of Performance
- Address: Independence, Missouri, 64054, United States
- Zip Code: 64054
- Zip Code: 64054
- Record
- SN04475233-W 20170419/170417235229-c68366b985c4c4957f4e36136a2d56ad (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 |