Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

Z -- Full Facility Restoration (FFR) of the Maurice Britt Army Reserve Center (ARC) in N. Little Rock, AR

Notice Date
1/13/2020 1:21:44 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
W912QR20R0022
 
Response Due
3/19/2020 10:00:00 AM
 
Archive Date
04/03/2020
 
Point of Contact
Morgan K. Strong, Phone: 5023156210
 
E-Mail Address
morgan.k.strong@usace.army.mil
(morgan.k.strong@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0022 to Conduct a Full Facility Restoration (FFR) on the 1000-member Maurice Britt United States Army Reserve Center (USARC). Primary facilities include Repair of a 77,871 SF ARC Training Building and 11,480 SF Area Maintenance Support Activity (AMSA). Scope of work will include design and construction repair of failing building systems to include Heating, Ventilation and Air Conditioning (HVAC), plumbing, mechanical, electrical, fire alarm, telecommunications, and roof. Interior repair work includes corridors, restrooms, ceilings, lighting, doors, sprinklers, finishes and asbestos abatement. Exterior work includes site work, lighting and new Military Equipment Parking (MEP). Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. The project contains options such as:� roof work to extend warranty, gravel/paved parking areas, parking lot resurfacing, and a bridge crane in the AMSA. The Contract Duration is estimated at 925 calendar days from Contract Award. 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. TYPE OF SET-ASIDE: This acquisition will be full and open (Unrestricted). SELECTION PROCESS: This is a two phase 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.� � 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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204.� The target ceiling for this contract is approximately $17,900,000.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing phase one of the solicitation on or about 19 February 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. �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.SAM.gov 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. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/56102caf9dd841dbb0087745c3316722/view)
 
Place of Performance
Address: North Little Rock, AR, USA
Country: USA
 
Record
SN05533064-F 20200115/200113230300 (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  © 1994-2020, Loren Data Corp.