Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

Y -- WPAFB Family Housing

Notice Date
6/29/2020 6:19:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0026
 
Response Due
7/20/2020 10:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Miriaha D Sigmon, Phone: 502.315.6852
 
E-Mail Address
miriaha.d.sigmon@usace.army.mil
(miriaha.d.sigmon@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District�Request for Proposal (RFP) W912QR20R0026 for the Construction and Renovation of Family Housing at Wright-Patterson Air Force Base (WPAFB), OH. This projects includes whole-house interior and exterior modernization, renovation, and repair of 29 government owned houses of residential/commercial type construction located at WPAFB, Dayton, OH for Field Grade Officer (one 3-bedroom), Senior Officer (eight 4-bedroom), General Officer (nineteen 4-bedroom), Four Star General (one 6-bedroom). The work shall provide all management, tools, extension of design for sprinkler shop drawings, supplies, equipment, transportation, labor and services necessary for the improvements to the family housing units. Work to include but is not limited to modernization and repair of exteriors (utilities, walks and pavements, fences, and exterior appurtenances), building system (exterior structure, roof structure, interior structure, mechanical systems, electrical systems, plumbing systems, fire and life safety improvements) and building space (patio, storage, foyer, living room, family room, dining room, kitchen, bedrooms, bathrooms, closets, laundry room, linen, hallways, basements, and mechanical spaces). Work includes functional improvement, including the reconfiguration of interior spaces, including kitchens, bathrooms, and closets, construction of additions to provide additional living space, and replacement of one-car with two-car garages. Work will include phasing of renovations. 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 236118. TYPE OF SET-ASIDE: This acquisition will be listed as a Full and Open procurement. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror�s proposal will be reviewed, evaluated, and rated by the Government. Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Management Plan, Subcontracting Participation Plan and Price. 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 cost or price, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities 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 Contracting Opportunities website at http://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, Miriaha Sigmon, at Miriaha.D.Sigmon@usace.army.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cb3aa6a4c3442d6b54f5864e578257f/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05706281-F 20200701/200629230154 (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  © 1994-2020, Loren Data Corp.