SOLICITATION NOTICE
Y -- Construction of a Satellite Fire Station at March Air Reserve Base (ARB), CA
- Notice Date
- 11/3/2017
- 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
- W912QR18R0008
- Point of Contact
- Travis I. Dunn,
- E-Mail Address
-
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This project is for the construction of a Satellite Fire Station at March Air Reserve Base (ARB), CA. The Base Proposal will consist of an approximately 8,000 square feet (SF) facility which consists of: two drive-through vehicle bays, four electrically operated roll-up doors, associated interior support spaces, structural steel frame, CMU walls, standing seam metal roof (SSMR), low slope polyvinyl chloride (PVC) roof, aluminum doors and windows, gypsum board and metal frame partitions, steel door frames and wood doors, acoustical ceilings, HVAC, plumbing, security, communications, electrical systems, automatic sprinkler system, and fire detection. Air barrier testing is required. Base proposal site work consists of: demolition, tree removal, site clearing, grading, drainage, utilities, paving, and landscaping. Utility fees are also included in the Base Proposal. The solicitation will include options for two exterior trellises and an emergency generator and associated air permit. Furniture is NOT included in this contract. The contract duration is estimated at 400 days. TYPE OF CONTRACT 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. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This acquisition will be a 100% Total Small Business Competitive Proposal procurement. SELECTION PROCESS: The proposals will be evaluated using a Best Value Tradeoff source selection process. Proposals, at a minimum, will consist of the following: Past Performance, Management 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FAR 36.204. The target ceiling for this contract (based on available funds) is approximately $4,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 November 2017 and approximate closing date is on or about 04 January 2018. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. SITE VISIT: A pre-proposal site visit will be held. Details will be issued with the solicitation. 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 (FBO) 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 (FBO) 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: 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 a 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0008/listing.html)
- Place of Performance
- Address: March Air Reserve Base, California, United States
- Record
- SN04731149-W 20171105/171103230716-fecd741623a3dd8bd3d56a6910995da5 (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 |