Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

Y -- Design & Construction of Five (5) Consolidated Construction Projects at Fort Hunter Liggett, CA

Notice Date
5/17/2017
 
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-0033
 
Archive Date
10/31/2017
 
Point of Contact
Jesse E. Scharlow, Phone: 5023156183
 
E-Mail Address
jesse.e.scharlow@usace.army.mil
(jesse.e.scharlow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: Design and construct multiple projects at Fort Hunter Liggett, CA. The projects - Fire Station Support Building; Waste/Central Hazardous Waste Facility; Unaccompanied Personnel Housing Laundry Facility; Fitness Center Annex; and a Family Life Center - will be located at various sites at Fort Hunter Liggett, California. Each facility can be constructed using prefabricated metal building construction. Supporting facilities will include land clearing, paving, fencing, general site improvements, and utility connections. Type of Contracts and NAICS: The RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Type of Set-Aside: This acquisition will be a Total Small Business procurement. Size Limitation is $36.5M. Selection Process: The proposals will be evaluated using a Best Value Trade-Off source selection process. See Section 00116 & Section 00118 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 discussions 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 DFARS 236.204. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 5 June 2017 with an approximate closing date on or about 6 July 2017. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. 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 Offeror's responsibility to check the website periodically for any amendments to the solicitation. Registrations: 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 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, Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0033/listing.html)
 
Place of Performance
Address: 600 Dr. Martin Luther King Jr. Place, Louisville, Kentucky, 40202, United States
Zip Code: 40202
 
Record
SN04511930-W 20170519/170517235013-9a904ca67ee823366a212471a88fdb4d (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.