Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2021 SAM #7035
SOLICITATION NOTICE

Y -- Construction of Target Structure at Ft. Knox

Notice Date
3/2/2021 10:12:17 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
W912QR21R0024
 
Response Due
3/26/2021 10:00:00 AM
 
Archive Date
04/10/2021
 
Point of Contact
Marcel D. Hull, Phone: 5023156184
 
E-Mail Address
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@usace.army.mil)
 
Description
***SITE VISIT DETAILS UPDATE:�Due to security protocols, a presentation accompanied by photographs of the project site will be provided in lieu of actual in-person visiting of the site location for this project. All pertinent site information will be given as is typically provided for project site visits. The meeting date, time, and location remain unchanged at this time.*** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0024 to construct a Training Target Structure at Fort Knox, KY. This project is for constructing a Training Target Structure for specialized sustainment training to defeat complex, hardened facility targets. No current facility exists to provide this necessary training. Structure will provide infrastructure and walls to support repetitive and iterative training on the full spectrum of functional defeat options. Structure will include cast in place/BTRF walls, roofs and interior walls that allow necessary breaching and use. Entry points will be reconfigurable with anchors for continuous replacement due to damage from breaching. Structure will have support facilities as required by code and training. Heating and cooling requirements for the telecommunications rooms will be provided by self-contained units. Supporting Facilities include electric service, storm drainage, and site improvements. Accessibility for individuals with disabilities is not required as this facility is for training by able-bodied personnel only. Measures in accordance with Department of Defense (DoD) Minimum Antiterrorism for Building standards will not be provided as this is an uninhabited facility. Comprehensive building and furnishings related interior design services are not required. Sustainability and energy enhancement measures are included as applicable for an uninhabited facility. The Contract Duration is seven-hundred and twenty (720) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP is 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 is a Full and Open Procurement. SELECTION PROCESS: This is a single phase procurement.� The proposals will be evaluated using a Best Value Trade Off source selection process. The 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: �Past Performance, Technical, Small Business Participation, 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 price, when combined, are considered equal to price. � � 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000.00 and $25,000,000.00 in accordance with DFARS 252.236.204.� 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, Marcel Hull, at Marcel.D.Hull@usace.army.mil. ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89f58a37c02544bb8895068154a33622/view)
 
Place of Performance
Address: Fort Knox, KY, USA
Country: USA
 
Record
SN05930762-F 20210304/210302230107 (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.