Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

Y -- MACSOC Assessment & Selection Training Facility

Notice Date
4/20/2020 2:14:25 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620B2007
 
Response Due
5/6/2020 7:00:00 AM
 
Archive Date
08/20/2020
 
Point of Contact
Tarik Booze, Phone: 7572017187, Fax: 7572017183, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
tarik.a.booze@usace.army.mil, dianne.k.grimes@usace.army.mil
(tarik.a.booze@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MARSOC Assessment & Selection Training Facility at Fort AP Hill, Virginia. This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit bids or questions in response to this notice. The U.S. Army Corps of Engineers-Norfolk District intends to issue an Invitation for Bids (IFB) with electronic bid submission through DoD Secure Access File Exchange (DoD SAFE) (https://safe.apps.mil/). This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. The requirement will be 100% Small Business Set-Aside. The applicable NAICS code is 236220, with a Business Standard of $39.5M. This effort will require the services of a construction firm to construct two preengineered metal buildings for candidate assessment and selection at Fort AP Hill, Virginia. The first building, the Assessment & Selection Training Facility, is a single story facility that consists of an approximately 7,134 Gross Square Foot (GSF) with reinforced concrete foundation and floor slabs, with slab on grade raised above 100 year flood plain, and masonry veneer on 14 gauge cold formed metal studs. The roof shall be standing steam metal roof with a 2:12 slope secured directly to PEMB with cold formed metal roof purlins, HVAC high efficiency package located overhead interior of building supported by equipment platform, and an automatic sprinkler protection system. It will also include a 130 personnel classroom high bay space, separated from instructors and candidate quarters, and combined with utilities and 3 interview rooms. The second building, the MARSOC Ops Building, is a single story facility that consists of an approximately 4,017 Gross Square Foot (GSF) pre-engineered metal structure with reinforced concrete foundation and floor slabs, with slab on grade raised above 100 year flood plain, and masonry veneer on 14 gauge cold formed metal studs. The roof shall be standing steam metal roof with a 2:12 slope secured directly to PEMB with cold formed metal roof purlins, HVAC high efficiency package located overhead interior of building supported by equipment platform, and an automatic sprinkler protection system. It will include 30 personnel workstations and two private offices in the high bay space. Utilities, site improvements, landscaping, and other site and building related criteria are also included in the design. The contract completion date will be 540 calendar days after notice to proceed. Contractors will be required to submit bonding documents prior to award. The Government intends to award a firm fixed priced contract to the responsible low bidder whose bid conforms to the terms of the IFB solicitation, meets all elements of the Definitive Responsibility Criteria (DRC) (if applicable for this requirement), and is the lowest price technically acceptable to the Government as determined through an IFB Sealed bid process. The IFB and accompanying documents will be issued electronically and projected for upload to the Government Point of Entry (GPE) https://www.beta.sam.gov approximately fifteen (15) days from the posting of this synopsis. Hand delivered, facsimile, telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring beta.sam.gov to respond to the solicitation, amendments, or any other information regarding this project. Prospective bidders must be registered in the System for Award Management (SAM) in order to be eligible for award. For inquiries about this synopsis, please contact Mr. Tarik Booze via email at tarik.a.booze@usace.army.mil cc�d with Dianne K. Grimes at dianne.k.grimes@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8389c0ad58ae458eaa70f5ad69172f5c/view)
 
Record
SN05626299-F 20200422/200420230143 (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.