Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
MODIFICATION

Y -- Design and Construction of a Full Facility Restoration (FFR) project to renovate and repair Building 5509 at Joint Base McGuire-Dix-Lakehurst in Burlington County, NJ

Notice Date
5/19/2017
 
Notice Type
Modification/Amendment
 
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-0039
 
Point of Contact
Patrick J. Duggins, , Sarah K. Ignacio,
 
E-Mail Address
Patrick.J.Duggins@usace.army.mil, sarah.k.ignacio@usace.army.mil
(Patrick.J.Duggins@usace.army.mil, sarah.k.ignacio@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This project (Solicitation Number: W912QR-17-R-0039) consists of the design and construction of a Full Facility Restoration (FFR) project to renovate and repair Building 5509 at Joint Base McGuire-Dix-Lakehurst in Burlington County, NJ. The 3-story building is approximately 40,000 square feet (SF). Original function of this 1954 building was a barracks with mess hall and kitchen. The scope of this project is conversion to a Training Barracks for enlisted personnel. Complete renovations include repair of Heating, Ventilation, and Air Conditioning (HVAC), mechanical, plumbing, electrical, fire alarm, and telecommunications. Interior repair includes barracks, corridors, restrooms, ceilings, lighting, doors, sprinklers, and finishes. Exterior work includes replacement of windows. Design will include furniture, but it will be furnished and installed by a separate contract. Accessibility for the disabled (ADA Compliance) will be provided. Sustainability/Energy measures will be provided. Energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelope and integrated building systems performance. The solicitation may contain the following options: A) CFCI Bona Fide Need Equipment; B) Fire Pump and Pumphouse; C) Structural upgrades for anti-terrorism/forced protection; D) Structural upgrades for progressive collapse. Contract (design and construction) duration is 630 days. A Pre-proposal site visit will be held for the selected Phase 2 Contractors. Meeting and site visit details will be provided with the notification of selection for Phase 2. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with FARS 36.204. Offerors are under no obligation to approach this ceiling. This project is subject to availability of funds; funds are not presently available. No award will be made under this solicitation until funds are available. SELECTION PROCESS: This is a two-phase procurement following the Tradeoff (Best Value) approach. The Phase 1 and Phase 2 technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select up to five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. Phase 1 proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor and Designer; Management Plan; Individual Personnel Experience; and Pro Forma Information. Phase 2 proposals, at a minimum, will consist of: Technical Information (Design Drawings and Design Narrative); Key Personnel Experience; Schedule; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. 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 project is set aside as a General Small Business competitive procurement. 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 02 May 2017. The approximate due date for Phase 1 proposals is 01 June 2017 at 1:00 p.m. Louisville time (Eastern). 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 Patrick.J.Duggins@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-0039/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst in Burlington County, NJ, New Jersey, United States
 
Record
SN04515838-W 20170521/170519234938-9fb1e0ab0fc19e8da5c5b2d6b58c9828 (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.