Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SOLICITATION NOTICE

Z -- Renovate Bldg 908 at JBSA Lackland Air Reserve Center, Texas

Notice Date
7/31/2018
 
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
W912QR18R0072
 
Point of Contact
Julie C. McLaughlin, Phone: 5023156896
 
E-Mail Address
julie.c.mclaughlin@usace.army.mil
(julie.c.mclaughlin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*********PREVIOUSLY SOLICITATED AS W912QR18R0071********* DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR18R0072 for the Repair MSG Facility, Building 908 to be constructed at Lackland Air Force Base, Texas. This work includes, but is not limited to, complete interior renovation of approximately 17,800 square foot including reconfiguration of existing interior partitions, replacement of all interior finishes including flooring, ceiling and paint; replacement of HVAC system, electrical distribution and lighting, communication infrastructure and fire suppression and alarms. Foundation underpinning, floor leveling and replacement of the exterior brick veneer and windows with an ATFP compliant system. Supporting facilities include minor clearing/grubbing, grading, paving, fencing and utility connections. The project contains no bid options. The Contract Duration is six hundred sixty (660) 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. TYPE OF SET-ASIDE: This acquisition will be a Small Business Set Aside procurement. SELECTION PROCESS: This is an invitation for bid procurement. 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 OR DFARS 236.204). The target ceiling for this contract is approximately $(6,500,000). Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about July 26, 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. As of 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Julie McLaughlin at julie.c.mclaughlin@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/W912QR18R0072/listing.html)
 
Place of Performance
Address: JBSA Lackland Air Reserve Center, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN05014750-W 20180802/180731231447-a4128913a5791a846bddeb53248a77d8 (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.