SOLICITATION NOTICE
Z -- Desgin/Build Full Facility Restoration for the Charlotte, NC ARC
- Notice Date
- 1/21/2020 8:21:33 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
- W912QR20R0028
- Response Due
- 3/6/2020 10:00:00 AM
- Archive Date
- 03/21/2020
- 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) for the alteration, repair and upgrade of an Army Reserve Center (ARC) in Charlotte, NC.� �The ARC consists of three training building structures (Buildings 1300, 1324, 1330) and of approximately 70,000 SF and an Area Maintenance Support Activity (AMSA; Building 1412) of approximately 8,000 SF.� The buildings consists of permanent construction with primarily concrete or concrete masonry walls bearing on continuous strip footings or isolated pad footings, concrete floor slabs, structural steel frames, steel stud infill, masonry veneer walls, prefinished standing seam metal roofing, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems �and electrical systems. Supporting facilities include land clearing, paving, general site improvements, and utility connections.� �Anti-Terrorism/Force Protection (ATFP) and physical security measures should be incorporated into the design including maximum standoff distance from roads and parking areas.�� Sustainability/Energy measures are required.� � The project will contain the following options: 1) LEED Certified for Building 1330; 2) LEED Certified of Building 1412; 3) Additional POV Pavement Replacement; 4) Additional MEP Pavement Replacement; 5) OMAR Funded Collateral Equipment Items; 6) OMAR Funded Bona Fide Need Items. The Contract Duration is five hundred forty (540) calendar days from Contract Notice to Proceed. This is a Design/Build project. 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 a Full & Open competitive procurement.� SELECTION PROCESS: The proposals will be evaluated using a Two-Phase Best Value Tradeoff source selection process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204. The target ceiling for this contract is approximately $19,800,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 05 February 2020 and approximate closing date on or about 06 March 2020. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. 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/4e96500275b442f78fd7553b5ce692fc/view)
- Place of Performance
- Address: Charlotte, NC, USA
- Country: USA
- Country: USA
- Record
- SN05539305-F 20200123/200121230142 (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 |