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, 2018 FBO #6021
MODIFICATION

Z -- Renovate Basement and First Floor AFLCMC & 88 ABW/PA, Wright Patterson Air Force Base, OH

Notice Date
5/17/2018
 
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
W912QR18R0040
 
Archive Date
5/31/2018
 
Point of Contact
Justin Bennett, Phone: 5023156203
 
E-Mail Address
justin.k.bennett@usace.army.mil
(justin.k.bennett@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 Request for Proposal (RFP) W912QR18R0040 for the Renovate Basement and First Floor of Facility 20020 (Building 20) for the AFLCMC & 88 ABW/PA, Wright Patterson Air Force Base, OH. The proposed project is for the design and construction of renovations. Project consists of renovation to the basement, first floor and second floor areas to provide office areas, workrooms, conference rooms and studio spaces. Basement area of work includes approximately 24,000 SF and is secured space. The first floor area of work includes approximately 18,000 sf. All penetrations in the space need to be identified and closed. All spaces require upgrades to comply with Fire & Life Safety / Egress code requirements. The project includes demolition, interiors, furniture, mechanical electrical, plumbing, site investigations to include environmental surveys / remediation work as required. Exterior work includes removal of mechanical, electrical and communication equipment and devices that are either currently abandoned or will no longer be needed due to this renovation work. No comprehensive exterior work on the elevations or roof of the building. Contract duration is four hundred eighty (480) calendar days. This project includes an ICD705 component and compliance is a contract requirement. 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: Small Business. SELECTION PROCESS: This is a TWO 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: Phase I: Past Performance, Technical; Phase II: Management, Design-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 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 $5,000,000 and $10,000,000, in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 25 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 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, Justin Bennett, at Justin.K.Bennett@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/W912QR18R0040/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, United States
 
Record
SN04926292-W 20180519/180517230925-34656f463d16f249d7dd7ee97d951fdc (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.