SOLICITATION NOTICE
Y -- Design/Build Rebuild Paint and Sandblast Facility at U.S. Coast Guard Base Miami Beach, Miami, FL.
- Notice Date
- 9/23/2020 1:09:51 PM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- FDCC(00047) NORFOLK VA 23513 USA
- ZIP Code
- 23513
- Solicitation Number
- 70Z04720RBASMIA00
- Response Due
- 11/9/2020 1:30:00 PM
- Archive Date
- 09/23/2021
- Point of Contact
- Loretta P. Shanks, Phone: 7578523430, Cheryl P. Allen, Phone: 7578523415
- E-Mail Address
-
Loretta.P.Shanks@uscg.mil, cheryl.p.allen@uscg.mil
(Loretta.P.Shanks@uscg.mil, cheryl.p.allen@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This notice is posted in accordance with FAR 5.2 and 19.502-2. This is a presolicitation notice that is provided for information, to stimulate interest. This is NOT a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. DESCRIPTION: The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC), Facilities Design and Construction Center (FDCC) intends to award a Firm-Fixed-Price (FFP) contract for the Design/Build Rebuild Paint and Sandblast Facility at U.S. Coast Guard Base Miami Beach, Miami, Fl. The project scope consists of a base item that includes all supervision, labor, tools, materials, transportation, equipment and other services necessary to Design-Build a new Paint & Sandblast facility at USCG Base Miami Beach, FL. The facility was damaged during the 2017 Hurricane season. The work includes, but is not limited to, demolition of the existing Paint and Sandblast building, site and groundwork, and construction of a new approximately 7,370 GSF Paint and Sandblast Facility.�� LOCATION OF THE WORK: 100 MacArthur Cswy, Miami Beach, FL., 33139 PERIOD OF PERFORMANCE: �553 calendar days from contract award TYPE OF CONTRACT AND NAICS: This solicitation will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236210-Industrial Building (except warehouses) Construction, with size standard of $39,500,000 million. TYPE OF SET-ASIDE: This acquisition will be a Total 100 % Small Business Set-Aside. CONSTRUCTION MAGNITUDE: �The disclosure of magnitude for the base item and the option item is approximately $6 million to $8 million. SELECTION PROCESS: This procurement shall be solicited under the authority at FAR Subpart 15, Source Selection Processes and Techniques and FAR Subpart 19.502-2, Total small business set-asides. The selection process will evaluate factors such as: Corporate Experience: Construction Team, Corporate Experience: Design Team, Past Performance and Concept Design, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: �The Government anticipates releasing the solicitation on or about October 8, 2020 and approximate closing date is on or about November 9, 2020. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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 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 https://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. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST SHALL BE SENT VIA EMAIL TO THE BELOW POINT-OF-CONTACTS: Loretta.P.shanks@uscg.mil �Contract Specialist (CTR), Cheryl.p.allen@uscg.mil Contracting Officer, and FDCC-PROPOSALS@uscg.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0f30ab068e2442d8beacf65ed3c1d605/view)
- Place of Performance
- Address: Miami Beach, FL 33139, USA
- Zip Code: 33139
- Country: USA
- Zip Code: 33139
- Record
- SN05808504-F 20200925/200923230217 (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 |