SOLICITATION NOTICE
Y -- WPAFB Renovate/Construct Shops/Fabrication Facility F/34024
- Notice Date
- 5/17/2018
- 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
- W912QR18B0003
- Point of Contact
- Miriaha D Sigmon, Phone: 5023156852, Chase T. Willson, Phone: 5023153819
- E-Mail Address
-
miriaha.d.sigmon@usace.army.mil, Chase.T.Willson@usace.army.mil
(miriaha.d.sigmon@usace.army.mil, Chase.T.Willson@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) W912QR18B0003 for the Renovate/Construct Shops/Fabrication Facility F/34024, Wright Patterson Air Force Base, Ohio. The proposed project is to renovate existing Facility 34024 at WPAFB (approximately 46,616 SF in size). The facility supports the current Reserve Flight Line and the flight line's support shops, including administrative, training rooms, laboratories and storage. The current workload for the facility users, the 445th Maintenance Squadron (MXS), is to perform structural repairs of C‐17 aircraft. This includes a fabrication facility, machine shop, nondestructive inspection (NDI) shop, ultrasound, welding and composite repairs area. The project will include the renovation and modernization of portions of the interior and repair/replacement of portions of the exterior of the facility as well as decontamination of hexavalent chromium dust throughout the building through a combination of abatement, equipment replacement (HVAC equipment and ductwork; light fixtures) and encapsulation of hazardous materials generated by the shop activities in the past. The Contract Duration is four hundred eighty (480) calendar days form Contract 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 competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Sealed Bid source selection process. An award will be made based on low price. 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 01 June 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 Miriaha Sigmon, Contract Specialist, miriaha.d.sigmon@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/W912QR18B0003/listing.html)
- Record
- SN04926682-W 20180519/180517231100-3fe1ad015390eb01d33abb9cc2bae131 (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 |