Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

Y -- 168 Unit Replacement Airmen Dormitory, Little Rock Air Force Base, Jacksonville, AR

Notice Date
1/24/2020 1:06:18 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S20R6008
 
Response Due
3/9/2020 12:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Timothy Pighee, Phone: 5013401270, Marcus D. Mitchell, Phone: 5013401253
 
E-Mail Address
Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@usace.army.mil
(Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE FOR � 168-UNIT REPLACEMENT AIRMEN DORMITORY LITTLE ROCK AIR FORCE BASE, JACKSONVILLE (PULASKI COUNTY), AR � W9127S20R6008 ����������� The US Army Corps of Engineers, Little Rock District (CESWL), has been tasked to solicit and award a �one-phase� Design-Build competitive negotiation procurement in order to obtain design and construction services for a three-story replacement dormitory at the Little Rock Air Force Base (LRAFB).� ����������� The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $39.5 Million. Project Description This project is for the Design-Build construction of a 168-unit, three-story replacement dormitory at the Little Rock Air Force Base (LRAFB) utilizing economical design and construction methods.� The facility will comply with all applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. Facilities will be designed as permanent construction in accordance with UFC 1-200-01, DoD Building Code (General Building Requirements). Project includes external balcony access, dormitory with steel reinforced concrete special foundations, slab on grade, steel reinforced masonry walls, standing seam metal roof, fire suppression/detection/alarm systems, elevator(s), heating, ventilation and air conditioning (HVAC), common area surveillance, WI-FI system capability, non-secure internet protocol router (NIPR) capability and administration area. Four-person Dorms for Airmen (D4A) design standards include private bedrooms with bath, common living area with fully equipped kitchen. Dormitory facility areas include public restrooms, common day room areas, and adequate storage on each floor. Supporting facilities include site work and all necessary support associated with the completion of this project. This project will comply with UFC 4- 010-01 DoD Minimum Anti-Terrorism Standards, UFC 1-200-02 High Performance and Sustainable Building Requirements, and UFC 3-210-10 Low Impact Development (LID) storm water management strategies. In accordance with FAR 36/DFARS 236 the estimated construction range for this project is: Between $10,000,000.00 and $20,000,000.00 Anticipated Dates: Solicitation Release:� 07 FEB 20 Award: 23 MAY 20 Completion: 08 JAN 222 All solicitation documents will be available when the solicitation is released The proposed contracts will be competitive firm-fixed-price contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process. There will be no public bid opening. The Government will evaluate and select for contract award the contractor that provides the best value to the Government.� All contractors shall submit a proposal that includes a technical volume and a price volume.� These proposals will be given consideration for both the technical evaluation factors and price. Small Businesses & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting, DOD will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded� for general construction-type procurement. Solicitation will be issued as a Request for Proposal (RFP). This solicitation will be issued via betaSAM (www.beta.SAM.gov). It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. No paper copies will be provided. Notification of amendments shall be made via the website as well. It is therefore the contractor�s responsibility to check the betaSAM website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the betaSAM website (beta.SAM.gov) to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions or comments should be forwarded in writing by e-mail to Timothy Pighee at Timothy.A.Pighee@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae93148efa1b4f949deeddee68867365/view)
 
Place of Performance
Address: Jacksonville, AR, USA
Country: USA
 
Record
SN05543121-F 20200126/200124230147 (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.