Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2019 FBO #6514
SPECIAL NOTICE

Y -- Joint Operations Planning Center (JOMPC) Industry Day - Industry Day Sign Up

Notice Date
9/24/2019
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US 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
W912QR-20-JOMPC
 
Point of Contact
Kelly B. Maxwell,
 
E-Mail Address
kelly.b.maxwell@usace.army.mil
(kelly.b.maxwell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
JOMPC Industry Day Sign Up MEETING LOGISTICS: An Industry Day for the construction of the Joint Operations Mission Planning Center (JOMPC) at Scott Air Force Base will be held on 23 October 2019 beginning at 0900 Central Time at The Scott Event Center, Paegelow St, Scott AFB, IL 6222. In order to obtain access to Scott Air Force Base and the Industry Day presentation, interested parties must provide first and last names of all visitors no later than 15 October 2019. This is necessary in order to vet the list and produce the visitor's passes. It is recommended that arrangements are made to obtain your visitor's pass the afternoon of 22 Oct to avoid long lines and wait times the morning of Industry Day. The presentation will start at 0900 Central Time. Interested attendees must pre-register for this event by sending the name and email address of the individual that is going to attend. This information is to be submitted via email to Kelly Maxwell (Kelly.B.Maxwell@usace.army.mil) no later than 15 October 2019. INFORMATION REQUESTED: Name (Last, First): Email Address: Driver's License Number: Company Name: Cage Code: Business Size: Interested in Subcontracting Opportunities (Y/N): DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) for the construction of the Joint Operations Mission Planning Center (JOMPC) located at Scott Air Force Base. The descriptions for this project is as follows: Joint Operations and Mission Planning Center: Construct a 171,803 square feet (SF) Joint Operations and Mission Planning Center utilizing economical design and construction methods. The preliminary building concept design consists of a two-level structure built above grade that is primarily symmetrical and rectilinear in nature with a steel superstructure; reinforced concrete foundation walls and footings; insulated and reinforced concrete exterior walls with embedded thin brick masonry façade; and an insulated standing seam metal roof. The project includes classified storage, communications infrastructure, air conditioning, space for uninterruptable power systems, emergency backup power generator, intrusion detection, fire detection/suppression, utilities, area lighting, general site improvements, pavement and all other required supporting facilities to result in a complete and usable facility. TYPE OF CONTRACT AND NAICS: This project will individually be solicited via Request for Proposal (RFP) and will result in a Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this projects will be 236220 Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This will be an unrestricted procurement. As such, in accordance with FAR 19.1307 the HUBZone price preference will be applicable. SELECTION PROCESS: This project will follow the Design-Bid-Build process, and will utilize a single phase procurement and the basis of award is the Best Value Trade-Off process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for these procurements, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical (i.e. Management Plan, Schedule, etc.), Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. While this will be a single phase procurement, it will utilize the Staggered Receipt of Proposals, where the initial issuance of the solicitation (Stagger 1) will include instructions for offerors to submit a proposal consisting of Past Performance and Technical (i.e. Management Plan, Schedule, etc.), and Pro Forma Information such as bonding and financial capability. Following the Government's evaluation of Stagger 1 proposals, an amendment (Stagger 2 amendment) will be issued to each offeror that submitted a proposal in response to the first Stagger. The Stagger 2 amendment will include instructions for offerors to submit a Stagger 2 proposal consisting of Small Business Participation Plan, Price and Pro Forma Information. NOTE: These procedures are NOT the Two Phase procedures utilized on Design/Build projects; as such, there will not be "Down Selection" made in between Stagger 1 and Stagger 2. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be determined to be in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Solicitation (Stagger 1) in Q2 of FY 2020. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitations, 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 solicitations will not be issued. Telephone and Fax requests for these solicitations 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 solicitations for these projects, 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 solicitations. 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 these procurements is Kelly Maxwell as Kelly.B.Maxwell@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-20-JOMPC/listing.html)
 
Place of Performance
Address: Scott Air Force Base, Illinois, United States
 
Record
SN05456403-W 20190926/190924231145-fc1bd41fd4b5d650977e3d5c53a54d3c (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.