Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

Z -- Barksdale Dorm 4323 Renovation and Repair

Notice Date
5/11/2020 12:56:48 PM
 
Notice Type
Presolicitation
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20B0037
 
Response Due
5/26/2020 12:00:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
Paige E Stone, Phone: 8178861124, John H Rodgers, Phone: 8778661048
 
E-Mail Address
paige.e.stone@usace.army.mil, john.h.rodgers@usace.army.mil
(paige.e.stone@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is not a solicitation.� A solicitation will be issued on or about 1 June 2020. CONTRACT INFORMATION: This is a Pre-solicitation Synopsis Notice for a new Total Small Business set aside acquisition to renovate Dorm 4323 at Barksdale AFB, Louisiana. The proposed project will be a competitive, firm-fixed price, Design Bid Build contract. Firms will be selected based on demonstrated competence and qualifications for the required work.� The North American Industrial Classification System code is 236220, which has a size standard of $39.5 million. A firm-fixed-price contract will be awarded. The contract is anticipated to be approximately awarded in August 2020. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/.� No state level certifications will be accepted. The United States Army Corps of Engineers (USACE) is committed to excellence in the construction activity for this requirement. The construction of this project shall achieve the highest quality of operations and aesthetics in meeting the requirements of the design while at the same time being cost effective. PROJECT INFORMATION:� This project will include all work in accordance with the plans and specification to make necessary renovations and repairs to Dorm 4323. The dormitory building is a three story building of approximately 8,000 SF per floor, for a total of 24,000 SF.� Each floor is almost identical to the other with the exception of the central common areas in the center of the building. The HVAC equipment for the building will be replaced. All fan coil units throughout will be replaced as well as their control valves. The outdoor air processing units will also be replaced. The equipment located in the mechanical room will be replaced including the hot water and chilled water pumps, the heating water boiler and its hydronic accessories, and the domestic water heaters and its recirculation pump. Additionally, all of the deteriorated and leaking piping and valves in the mechanical room will be replaced.� As related to the unit renovations, all plumbing fixtures will be replaced throughout.� Existing piping systems shall be re?used to the greatest extent possible but shall be replaced or repaired as required to accommodate reconfigurations or maintenance needs. The existing water heaters will be replaced in the Mechanical Equipment Room. �Additionally, the building sewer lines will be noted for camera inspection to access the condition and need for repair/replacement.� In conjunction with this project, the existing sprinkler system and HVAC controls system will be modified and/or upgraded as needed to facilitate the scope of the building renovation.The existing building electrical system service is 800A, 120/208VAC 3?PH.� Existing distribution panels shall be reused, relocated or replaced as required to support the power requirements of the new HVAC systems and lighting replacement.All existing fire alarm and voice evacuation devices, both interior and exterior, shall be replaced with new devices. The existing Monaco panel shall remain. A new CCTV system will be installed with cameras covering common areas and stairs, both on the interior and exterior to the building. The magnitude of construction is estimated to be between: $1,000,000 and $5,000,000. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: �www.beta.SAM.gov. Plans and specifications will NOT be made available in paper format or on compact disc.� It is the Offerors responsibility to monitor the beta.SAM website for amendments to the solicitation. SUBMISSION INFORMATION: An Invitation for Bid (IFB) solicitation is anticipated to be issued on or about 1 June 2020.� The North American Industrial Classification System (NAICS) code applicable to this project is 236220 �Commercial and Institutional Building Construction �, which corresponds to FSC Z2FC.� The Small Business Size Standard is $39.5 Million.� This procurement will be solicited in accordance with FAR 14, Sealed Bidding. There will be a public bid opening in July 2020. Plans and specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings will be posted on Fed Biz Opps (www.fbo.gov).� Prospective contractors must be registered in SAM prior to award.� Lack of registration in the SAM database will make an offeror ineligible for award.� Information on SAM registration can be obtained at http://www.sam.gov. The Primary Point of Contract for this project is Paige Stone, Contract Specialist, email is paige.e.stone@usace.army.mil. �All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the beta.sam.gov address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4f1511a36cbf48c689deab4dee040a32/view)
 
Place of Performance
Address: LA, USA
Country: USA
 
Record
SN05653172-F 20200513/200511230209 (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.