Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

Y -- Aircraft Test Engine Facility, Hunter Army Airfield

Notice Date
11/7/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN19B3001
 
Point of Contact
Julie Oliver, Phone: 912-652-5899, Andrew K. Page, Phone: 912-652-5900
 
E-Mail Address
julie.m.oliver@usace.army.mil, andrew.k.page@usace.army.mil
(julie.m.oliver@usace.army.mil, andrew.k.page@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid W912HN19B3001 for the construction of the Aircraft Test Engine Facility at Hunter Army Airfield, GA (PN 89128). Construct an enclosed engine test facility for rotary-wing aircraft. Facility includes individual rooms for two engines, a control room that can view the two areas, a means of getting an engine on a dinometer for testing without disturbing engine, a concrete walls to separate turbo shaft engine areas, floor drainage for spillage, oil-water separator, explosion-proof heating and lighting, self-contained ventilation and exhaust system, information systems, external area to accommodate the air compressor, fuel, and air tank. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, and signage. Fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Demolish 1 building at Fort Stewart, GA (9,383 Total SF). Air Conditioning (Estimated 45 Tons). The subsequent Contract will result in a C-Type Design Bid Build contract with Base CLINS The Period of Performance is 480 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a 100% small business set-aside procurement. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. SOLICITATION WEBSITE: Please note that the bid opening date and location will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. The solicitation when posted, will be available free of charge by electronic posting at the Federal Business Opportunities Website (FedBizOps) http://www.fbo.gov/. Project files are Portable Document Format (PDF) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the FedBizOps website. 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. In accordance with FAR 52.228-1 Bid Guarantee, Offerors are required to submit an original bid bond for either 20% of the bid price, or $3M, whichever is less. Original bid bonds must be delivered by the time proposals are due, and in accordance with specific instructions that will be identified in the solicitation. 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. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 23 November 2018. The approximate bid opening date is on or about 23 December 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN19B3001/listing.html)
 
Place of Performance
Address: Hunter Army Airfield, Savannah, Georgia, United States
 
Record
SN05146733-W 20181109/181107230945-696915418aafb08839b8e87360cd50ce (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  © 1994-2020, Loren Data Corp.