Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2022 SAM #7463
SOLICITATION NOTICE

Y -- WPAFB B620 Tower Reno

Notice Date
5/5/2022 12:23:21 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
W912QR22R0060
 
Archive Date
09/30/2022
 
Point of Contact
Jessica Moss, Phone: 5023156179
 
E-Mail Address
jessica.k.moss@usace.army.mil
(jessica.k.moss@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design-Bid-Build (DBB), Request for Proposal (RFP), Solicitation No. W912QR22R0060 for a fully designed renovation and construction of Research Tower F/20620 located at Wright Patterson Air Force Base (WPAFB), OH. � Renovation includes the removal and replacement of existing electrical bus, elevator, loading dock leveler, and wall/floor/ceiling finishes, and �Special Access Program (SAP) on the 10th floor. Renovation also includes sealing unprotected penetrations in firewalls, installing new doors with automatic door closers on the 10th, 11th, and 12th floors, removing electrical panels from 10th floor stair well, providing code compliant guards and hand railing in the stairwell, providing an egress door on the 1st floor, providing automatic sprinkler protection from the 13th floor for the electrical shafts below, and providing fire rated doors between the elevator doors and labs on the 10th, 11th, and 12th floors. The construction will be for adding lab space by constructing the 8th and 9th floors (approximately 1,500 net square feet) to the existing 13 story research tower with the 9th floor as secure SAP lab space. The construction will also include installing new fire suppression in added space, new rest room facilities, new power and lighting, new elevator access, new HVAC duct & controls, and new balconies on 8th, 9th, 10th, 11th, and 12th floors (approximately 1,350 net square feet). The Contract Duration is four hundred and fifty (540) calendar days from 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. Size Limitation is $36.5M. TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted) SELECTION PROCESS: This is a single phase, Design/Bid/Build 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 (not necessarily in order): Past Performance, Management Plan, Price, Small Business Participation Plan, and 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 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. 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.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about May 20, 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://www.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.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://www.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, Jessica Moss at Jessica.K.Moss@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/a4778e6156f9406db10dc3bf0fce7619/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN06318452-F 20220507/220505230103 (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.