SOLICITATION NOTICE
Y -- Install Fire Sprinkler System and Upgrades in B-708 Homestead, FL
- Notice Date
- 5/14/2020 9:11:16 AM
- Notice Type
- Solicitation
- 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
- W912QR20R0031
- Response Due
- 5/19/2020 11:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Stephen D. Ramsey, Phone: 5023156214, Emily A. Moore
- E-Mail Address
-
stephen.d.ramsey@usace.army.mil, emily.a.moore@usace.army.mil
(stephen.d.ramsey@usace.army.mil, emily.a.moore@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0031 for the renovation of an air traffic control tower and an adjacent supporting facility located at Homestead ARB, FL.� A description of the construction project is as follows: � The project includes interior and exterior renovation of an approximate 9,000 sf (14 floor) air traffic control tower (ATCT); demolition of an approximate 800 sf adjacent existing break room facility; construction of an approximate 1,500 sf adjacent facility for the RAPCON function; and construction of supporting site utilities and hardscape. �Renovation of ATCT includes, but is not limited to, fire protection system, structural repairs, HVAC, plumbing, elevator, architectural finishes, walls, insulation, stud framing, electrical systems, communications systems, exterior finishes, windows, and roofing.� Construction of the adjacent RAPCON facility includes, but is not limited to, building foundation, CMU walls, roofing, HVAC, plumbing, electrical systems, communications systems, exterior finishes, and interior finishes.� Site work includes, but is not limited to, site utilities, generator, sidewalks, and canopy.� Construction will be phased with existing adjacent break room building demolition and construction of RAPCON facility being completed prior to renovation of the ATCT.� The project delivery method is Design-Bid-Build (DBB). The facility has been designed to be compatible with applicable DoD, Air Force, and base design standards. The Contract Duration is estimated at four hundred eighty (480) calendar days from Notice to Proceed. 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.� The Business Size Standard is $36.5M TYPE OF SET-ASIDE: This acquisition will be a Full-and-Open procurement. SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement.� The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.� The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance and Volume I � Management Plan, Volume II � Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.� All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. � DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 17 February 2020. �Details regarding an 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 website, https://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.same.gov website at https://beta.sam.gov.� 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Stephen (Dusty) Ramsey, at Stephen.D.Ramsey@usace.army.mil. This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6ef0bdd147aa4a198517cb57ec5a616a/view)
- Place of Performance
- Address: Homestead, FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN05657641-F 20200516/200514230154 (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 |