Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

Y -- Army Reserve Center, Joint Base Lewis-McChord, WA

Notice Date
4/9/2018
 
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
W912QR18R0016
 
Archive Date
10/31/2018
 
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: The U.S. Army Corps OF Engineers (USACE) Louisville District intends to issue a Design/Build Request for Proposal (RFP), Solicitation Number W912QR18R0016, for the design and construction of a new Army Reserve Center at Joint Base Lewis-McChord, Washington. The project will provide a new 400 member Army Reserve Center consisting of an approximately 55,000 SF Training Center, approximately 9,000 SF Vehicle Maintenance Shop, approximately 3,000 SF of Unheated Storage, and parking located on Joint Base Lewis-McChord. The Contract Duration is seven hundred and twenty (720) calendar days from Notice to Proceed. 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 a Total Small Business Set-Aside procurement. SELECTION PROCESS: This is a two phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The Phase I and Phase 2 technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. Phase I proposals for this procurement, at a minimum, will consist of the following: Past Performance of the Prime Contractor and the Designer of Record, Technical, 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 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 $26,651,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 4 May 2018. 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 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, Jesse.E.Scharlow@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to the synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0016/listing.html)
 
Place of Performance
Address: 600 Dr. Martin Luther King Jr. Place, Louisville, Kentucky, 40202, United States
Zip Code: 40202
 
Record
SN04882785-W 20180411/180409230704-6205051f777e9cba55aec6539fd94b04 (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.