Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

Y -- Department of Energy Y-12 National Security Complex Fire Station, Oak Ridge, TN

Notice Date
5/5/2017
 
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-0045
 
Point of Contact
Stephen P. Hutchens, Phone: 5023156186, Jessica L Baker, Phone: 6157365640
 
E-Mail Address
stephen.p.hutchens@usace.army.mil, Jessica.L.Baker@usace.army.mil
(stephen.p.hutchens@usace.army.mil, Jessica.L.Baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This project is a design/build project to design and construct a no more than two-story, weather tight, Fire Station at the Y-12 National Security Complex, Oak Ridge, Tennessee. Building will be of permanent construction with a minimum gross square footage of 36,480 (SF). Work includes design and construction of site work and utilities, utilities demolition and relocation, parking, response apparatus vehicle hardstand, building foundations, architectural components, masonry and metal finishes to match surrounding facilities, reinforced slab on grade, (HVAC) systems, plumbing systems, response vehicle apparatus maintenance bay, EMS response and sanitation, hazardous material response and storage, sleeping quarters, office space, commercial kitchen, industrial laundry, electrical systems, automatic fire protection and detection systems, and sustainable design requirements including High Performance Sustainable Buildings (HPSB) UFC 1-200-02 and (USGBC) Leadership in Energy and Environmental Design (LEED) Certified Gold while maximizing points for Energy and Atmosphere credit 1. Contract duration is estimated at 730 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 $21,000,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is two phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as described in Section 00116 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate factors (not necessarily in order): Relevant Experience and Past Performance of the Prime Contractor Relevant Experience and Past Performance of the Design Contractor, 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 Renderings, Design Drawings, and Design Narrative); Schedule; Project Labor Agreement; 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 22 May 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 22 June 2017 at 1:00 p.m. Nashville time (CST). 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. Proposals will need to be addressed and delivered to the US Army Corps of Engineers Nashville District Office at: U.S. Army Corps of Engineers, Nashville District c/o Steve Hutchens 110 9th Avenue South, Room A405 Nashville, TN 37203 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-0045/listing.html)
 
Place of Performance
Address: Y-12 National Security Complex, Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN04498238-W 20170507/170505234824-63a4c352105067880c5658bda00a64e8 (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.