Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

Y -- Panama City ARC Addition

Notice Date
7/16/2020 12:02:49 PM
 
Notice Type
Presolicitation
 
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
W912QR20B0023
 
Response Due
8/30/2020 7:00:00 AM
 
Archive Date
09/14/2020
 
Point of Contact
Adam Wantland, Phone: 502-315-6197
 
E-Mail Address
adam.m.wantland@usace.army.mil
(adam.m.wantland@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20B0023 for the Training Building Addition to the existing Army Reserve Center in Panama City, Florida.� The building addition will consist of a 5,032 square foot single story addition, adjacent to the existing structure.� The project will also include a 450 square foot Unheated Storage Building and 617 square feet of Non-organizational Paved Parking.� Proposed work shall include the demolition and new work to provide and modify electrical service, water, sewer, gas, land clearing, general site improvements, utility connections, paving, walks, curbs, gutters, storm drainage, and site improvements to support the ARC Training Building Addition, new Organizational Storage Building, and future Arms Vault Container concrete slab and utilities, and non-organizational vehicle parking This includes all materials, plant, tools, labor costs, and other associated incidentals necessary to complete the work required for the superstructure, exterior, roof, interior construction, finishes, plumbing, HVAC, fire protection, and electrical work shown on the approved design drawings and specifications. Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas.�� Sustainability/Energy measures are included.�� The project will contain the following options: 1) Roof Drains (Addition); 2) Roof Drains (Existing); 3) ACFT Track and Pull-Up Bars; 4) CFCI OMAR Funded Items; 5) CFCI �Bon Fide Need� OMAR Funded Items. The Contract Duration is five hundred forty (540) calendar days from Contract 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 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a General Small Business Set Aside procurement. SELECTION PROCESS: The proposals will be evaluated using an Invitation for Bid process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $1,000,000 and less than $5,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 July 2020 and approximate closing date on or about 30 Aug 2020. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. 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 http://www.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 http://www.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, Adam Wantland, at Adam.M.Wantland@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/ab6c7f3b32f0402bb831de384b507058/view)
 
Place of Performance
Address: Panama City, FL, USA
Country: USA
 
Record
SN05723516-F 20200718/200716230159 (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.