Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

Y -- Automated Infantry Platoon Battle Course (IPBC) at Fort Campbell, KY

Notice Date
12/18/2019 1:15:19 PM
 
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
W912QR20B0002
 
Response Due
2/12/2020 7:00:00 AM
 
Archive Date
02/27/2020
 
Point of Contact
Marcel D. Hull, Phone: 5023156184
 
E-Mail Address
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20B0002 to construct a new modified standard Automated Infantry Platoon Battle Course (IPBC) at Fort Campbell, KY, approximately 3,700 SF in size. Primary facilities include the IPBC, range operations control area, range tower, classroom building, operations/storage building, bleacher enclosure, covered mess, ammunition breakdown building, and latrine. Heating and air conditioning will be provided by self-contained units. Supporting facilities include electric service, site improvements, storm drainage, and information systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Sustainability/Energy measures will be provided as well. Facilities will be designed to a minimum life of 40 years in accordance with DoD�s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Additionally, this requirement includes a demolish of one (1) building at Fort Campbell, KY as well. Contract duration is estimated at 365 calendar days from Contract Award. A pre-bid site visit may be held. Meeting and site visit details will be provided in the solicitation. TYPE OF CONTRACT AND NAICS: This IFB 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 advertised as Full and Open Competition SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � 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.The target ceiling for this contract is approximately $6,300,000.00.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 13 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 http://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 the Contracting Opportunities website, http:/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 Contracting Opportunities website at http://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:/beta.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 Marcel Hull, Contract Specialist, at marcel.d.hull@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/f35a24e5d44249c494742cb54d5e03f9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520279-F 20191220/191218230138 (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.