Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

Y -- Fire Fighter Admin/Training Facility at Lackland AFB, TX

Notice Date
12/4/2019 10:00:11 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0012
 
Archive Date
04/30/2020
 
Point of Contact
Stephen D. Ramsey, Phone: 5023156214, Emily A. Moore
 
E-Mail Address
stephen.d.ramsey@usace.army.mil, emily.a.moore@usace.army.mil
(stephen.d.ramsey@usace.army.mil, emily.a.moore@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0012 for the construction of an administrative facility for a firefighter training facility located at JBSA-Lackland AFB, TX. Description of the construction project is as follows: The construction of the firefighter admin/training facility is to be constructed of masonry veneer, steel frame structure, reinforced concrete foundation and floors; resulting in a total building area of 4,120 SF. The project delivery method will be Design-Bid-Build (DBB). The facility will need to be compatible with applicable DoD, Air Force, and base design standards.The AFRC firefighter training facility is required to support training requirements and maintain unit readiness. Relocation of the AFRC Fire Department will allow continued integration of Active Duty and Reserve training, sustain efficiencies and place the Reserve unit proximal to other firefighting facilities at Joint Base San-Antonio (JBSA).The Contract Duration is estimated at three hundred sixty five (365) 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 - Commercial and Institutional Building Construction. The Business Size Standard is $36.5MTYPE OF SET-ASIDE: This acquisition will be a Hubzone SET-ASIDE procurement.SELECTION PROCESS: This is a single phase, Design/Bid/Build 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: Prime Contractor Past Performance and Volume I - Management Plan, Volume II - Price and 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 $1,000,000 and $5,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 January 2020. 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 beta.sam.gov.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at beta.sam.gov website, https://beta.sam.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 beta.same.gov website at https://beta.sam.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, Stephen (Dusty) Ramsey, at Stephen.D.Ramsey@usace.army.mil.This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/974300a0ded247cb86c8308e38bca321/view)
 
Place of Performance
Address: TX-12, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN05508722-F 20191206/191204230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.