SOLICITATION NOTICE
54 -- Presolicitation Notice For RLB Multiple Award IDIQ
- Notice Date
- 3/1/2022 1:04:59 PM
- Notice Type
- Presolicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER22R0024
- Response Due
- 3/7/2022 1:00:00 PM
- Archive Date
- 03/08/2022
- Point of Contact
- Peter Smith, Phone: 5405426620, Carlos Ramos, Phone: 540-665-6514
- E-Mail Address
-
peter.s.smith@usace.army.mil, Carlos.S.Ramos@usace.army.mil
(peter.s.smith@usace.army.mil, Carlos.S.Ramos@usace.army.mil)
- Description
- ������������������������������������������������������� PRESOLICITATION NOTICE � Synopsis:� This is a presolicitation notice for the procurement of relocatable buildings (RLBs) located throughout the U.S. Central Command CENTCOM. The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM), is seeking to award multiple new, fully competed, Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide RLB�s with energy efficient systems (R-20+ walls and R-40 roof envelope assemblies). These contracts will support the manufacturing, shipping, and delivery of RLB units to the locations within the CENTCOM area of responsibility (AOR), as well as the capability to assemble the products on-site, when applicable. In some cases, minor incidental construction may be required. This incidental construction would primarily be to support site preparation activities and infrastructure, to include (but not limited to) minor demolition, clearing, grubbing, grading, compaction, foundation related work, and utility connections and/or installation of utility tanks or generators for projects that do not have access to public utilities. ���� A. RLB Usage:� RLB usage includes but is not limited to: Morale Welfare and Recreation (MWR), Religious Services, Theater, Latrine, Shower, Laundry, Housing, Gym, Clinic, Dining Facility (DFAC)/Kitchen, and administrative support. Sufficient detail will be provided at the time of solicitation to ensure proper structural, electrical and drainage design meets the requirement for intended usage. ���� B. Product Development Requirements:� Per the United Facilities Criteria (UFC) publication 1-201-01, Section 1-7, all products developed under this contract shall be stamped and sealed by licensed professional engineers with at least four years of experience in their relevant discipline (structural, electrical, mechanical, plumbing, fire protection, etc.), and have knowledge and experience with the codes, standards, protocols, and procedures for RLB manufacturing and assembly. All products must conform to the requirements of UFC 1-201-01 and attached Specifications, section 13 34 23.12 10, and any persons working on the development of RLB product data must read and be familiar with the content of those codes and specifications. The RLBs shall be developed and manufactured, including but not limited to, in compliance with UFC 1-201-01 Sections 1-4, 1-7, 3-2, and 3-3. Facilities must meet or exceed the latest editions of the Department of Defense (DoD) UFC 1-201-01, British Standard 7671, and applicable International Building Codes (IBC) references from the UFC (http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc). RLB�s must be designed to allow erection by Soldiers, able to be disassembled and shipped, be well insulated, be equipped with low power consumption components (e.g. energy efficient environmental control units (ECUs), light emitting diode (LED) lighting) and other energy efficient technologies. RLBs shall be rapidly deployable, air transportable, simple to ship, easily sustainable, low maintenance, utilize redundant parts, and require minimal spare parts. They shall be designed and composed of materials that mitigate issues with termites, rot, mildew, mold, and warping. No stucco or gypsum board will be utilized in any of the RLBs. ���� C. Location of Performance:� Within the CENTCOM AOR ���� D. Magnitude of Requirement:� The total capacity for this requirement is $250,000,000.00. ���� E. Period of Performance (PoP): �The PoP will be 365 calendar days from Notice to Proceed (NTP) and will have four 365 calendar days option periods. The solicitation for this requirement is scheduled for release on sam.gov on or about February 15, 2022. This procurement is classified through the North American Industry Classification System (NAICS) code 332311 � Prefabricated Metal Building and Component Manufacturing, which has a small business size of 750 employees. Be advised that this is a presolicitation notice and is not a request for proposal (RFP), nor does it restrict the Government from utilizing a different acquisition approach to award any or all resultant contracts. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. If you have any questions, please email to both Mr. Peter S. Smith at Peter.S.Smith@usace.army.mil�and Mr. Carlos S. Ramos at Carlos.S.Ramos@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b84b5115a90b45378ad07fbb9da8f838/view)
- Record
- SN06253966-F 20220303/220301230102 (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 |