Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Y -- Army Reserve Center/Aviation Support Facility, MacDill AFB, FL

Notice Date
5/18/2017
 
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-0042
 
Archive Date
7/20/2017
 
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
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0042 for the Construction of a new Army Reserve Center/Aviation Support Facility, MacDill AFB, FL. The base work will consist of an approximately 95,000 Square Foot (SF) combined Army Reserve Center-Aviation Support Facility (ARC-ASF) which consists of: concrete slab, structural steel frame, light gauge metal studs, masonry veneer, insulated metal panels, membrane roof, concrete vault with IDS, elevator, HVAC and plumbing systems, communications, electric work, automatic sprinkler system, and fire detection. Base Proposal site work includes: an approximately 750,000 SF concrete helicopter parking apron, concrete helipad, asphalt roadways and shoulders, helipad and taxiway airfield lighting, prefabricated vertical drains, asphalt privately owned vehicle (POV) parking lot, gravel military equipment parking (MEP) lot, site lighting, infiltration areas, utilities including a sanitary sewer pump station and approximately 4000 linear feet (LF) of sanitary sewer force main, water storage tank, fire pump, clearing and grubbing, and landscaping. Formal LEED GBCI certification is required for the ARC-ASF. The Base work also includes mitigation of approximately fifteen (15) acres of wetlands through removal of invasive species and planting of native species. The Base work also includes the demolition of an existing skeet/trap range and construction of a new skeet range with overlapping grenade range targets on a nearby site. The site of the new ranges is approximately one (1) mile from the site of the ARC-ASF. The project contains options such as: 3,600 SF Organizational Maintenance Shop (OMS); 15,000 SF Unheated Storage Building (UHS); Concrete POV Parking and MEP lots; OMAR funded interior items; and wetlands mitigation compliance inspections. The Contract Duration is seven hundred (700) calendar days from Contract Award. 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 Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted procurement. SELECTION PROCESS: This is a SINGLE 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: Past Performance, Management Plan, Small Business Participation 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 $25,000,000 and $100,000,000, in accordance with DFARS 236.204. The target ceiling for this contract is approximately $49,500,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 02 June 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 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-0042/listing.html)
 
Place of Performance
Address: Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04514685-W 20170520/170519000637-70cbaa67d7eba9ae2cd38a23796a68ea (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  © 1994-2020, Loren Data Corp.