Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
SOLICITATION NOTICE

Y -- Renovate Scheduled MX Hangar, Building 907 and Repair KC-135 Fuel Cell Hangar, Buildings 917/915 at Niagara Falls Air Reserve Station, New York

Notice Date
4/27/2017
 
Notice Type
Cancellation
 
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-14-R-0049
 
Archive Date
8/31/2017
 
Point of Contact
Aaron L. Sanford, Phone: 5023156178
 
E-Mail Address
aaron.l.sanford@usace.army.mil
(aaron.l.sanford@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0049 for the construction of two projects under one contract; Renovate Scheduled MX Hangar, Building 907 and Repair KC-135 Fuel Cell Hangar, Buildings 917/915 at Niagara Falls Air Reserve Station, New York. This work includes, but is not limited to, complete interior renovation of a total of approximately 63,690 square foot between two hangar buildings and administrative areas including demolition of CMU walls, reconfiguration of existing interior partitions, replacement of EFIS exterior wall covering; replacement of select interior finishes including flooring, ceiling and paint; replacement of HVAC system and utility piping; electrical distribution and lighting, communication infrastructure and fire suppression and alarms. Supporting facilities include utility connections and some minor grading. The Contract Duration is four hundred and twenty (420) 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. TYPE OF SET-ASIDE: This acquisition will be a Small Business Set Aside procurement. The size Limitation for NAICS 236220 is $36.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. See Section 00112 of the solicitation, when issued, for additional information regarding the selection process. 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 ($10,000,000 and $25,000,000), in accordance with (FAR 36.204 OR DFARS 236.204). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about May 16, 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 System for Award Management (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, Aaron Sanford at aaron.l.sanford@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-14-R-0049/listing.html)
 
Place of Performance
Address: Niagara Falls Air Reserve Station, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN04488094-W 20170429/170427234929-ed09a3ea7bcfdf2fd4d80cdc97095f12 (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.