Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2022 SAM #7355
SOLICITATION NOTICE

Y -- NSWC Strategic Systems Engineering Facility (SSEF) Crane, IN

Notice Date
1/18/2022 5:22:24 AM
 
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
W912QR21R0050
 
Response Due
1/21/2022 11:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Marcel D. Hull, Phone: 5023156184
 
E-Mail Address
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**************************************************************************************************************************************************** DUE TO DELAYS ON BEHALF OF THE GOVERNMENT, THE SOLICITATION DOCUMENTS ARE NOW TARGETED TO BE AVAILABLE ON OR AROUND 21 JANUARY 2022. THE REGISTRATIONS REQUIREMENTS DEPCITED BELOW ARE STILL APPLICABLE AND DUE TO THE SENSITIVITY OF THIS PROJECT, ALL SOLICITATION MATERIALS WILL BE PROVIDED VIA A SECURE SITE BY THE GOVERNMENT ONLY TO OFFERORS THAT HAVE BEEN VETTED AND APPROVED VIA THE PROCEDURES DESCRIBED BELOW. PLEASE CONTACT THE LEAD CONTRACT SPECIALIST (MARCEL HULL) FOR ADDITIONAL QUESTIONS OR CONCERNS. **************************************************************************************************************************************************** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR21R0050 for the construction of a 10,000 SF RDT&E laboratory facility with administrative office space located at Crane, IN. The project includes fire protection and alarm systems, and heating/air conditioning systems. Supporting facilities include site development, utilities and connections, lighting, parking, storm drainage, information systems, and landscaping. The entire project will be constructed to meet secure requirements in accordance with ICS/ICD 705. Contract duration is estimated at 450 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation. 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:� Total Small Business Set-Aside. 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. 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; Technical, 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, 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 ***21 January 2022***.� Details regarding the 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 http://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 the Federal Business Opportunities website, http://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 Federal Business 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: Due to the sensitivity of this project, all Solicitation materials will be provided via a secure site by the Government only to offerors that have been vetted and approved via the procedures described below. �Potential offerors must submit the following prior to being able to receive solicitation materials: (1) Potential offerors must submit a letter certifying that their company is owned by US citizens, and that all personnel are US Citizens; and (2) Potential offerors must verify that their company is currently certified in the Joint Certification Program (JCP) run by DLIS. Information on this certification program is available at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/FAQ/. Potential offerors are encouraged to begin the registration process as early as possible as it may take 6-8 weeks for new registrants to be certified. Please submit your US-Owned Certification Letter as well verification of your JCP certification to Marcel Hull at Marcel.D.Hull@usace.army.mil. After submission of your US-Owned Certification Letter and JCP certification, a follow-on vetting by the Government will take place to ensure there is no adverse information on the company that demonstrates a risk to national security or could demonstrate a vulnerability to the project. NOTE: No documentation need be submitted by potential offerors for completion of this step. This final step is to be completed by Government personnel. Please NOTE: Only after completion of this vetting process will potential offerors be granted access to the secure solicitation documents, which are estimated to be released around 20 October 2021. Potential offerors will receive an email with confirmation after the firm has been successfully vetted. Also, this process is project specific. Potential offerors that have been previously vetted for other secure projects must still be independently vetted for this project. Therefore, please respond and submit the required documentation if interested. Point of Contact (POC): The POC for this procurement is Contract Specialist, Marcel Hull at�Marcel.D.Hull@usace.army.mil. 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 the Contract Specialist, Marcel Hull at Marcel.D.Hull@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://sam.gov/opp/d62a25a8cc844e76878f7d80202a7641/view)
 
Place of Performance
Address: Crane, IN, USA
Country: USA
 
Record
SN06219081-F 20220120/220118230104 (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.