Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
MODIFICATION

Z -- Two Phase Design-Build Solicitation for the Repair and Renovation of VOLAR Barracks Bldg. 633 Fort Stewart, Georgia

Notice Date
5/13/2022 2:54:10 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN22R4001
 
Response Due
6/13/2022 11:00:00 AM
 
Archive Date
06/28/2022
 
Point of Contact
Gregory M. Graham, Phone: 9126525476, Brett Zeigler, Phone: 9126525001, Fax: 9126525828
 
E-Mail Address
gregory.m.graham@usace.army.mil, derrick.b.zeigler@usace.army.mil
(gregory.m.graham@usace.army.mil, derrick.b.zeigler@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District (SAS) is issuing a Request for Proposal (RFP) solicitation for a firm-fixed price (FFP) construction contract for project number 98749 Repair and Renovate VOLAR Barracks BLDG. 633, located at Fort Stewart, Georgia. This solicitation is a competitive 100% Total Small Business Set-Aside utilizing Two-Phase Design-Build Selection Procedures in accordance with FAR Part 36.3. Any legally organized firm may submit a proposal. Offerors submitting as a joint venture must provide the agreement forming the joint venture. In Phase One of the Two-Phase Design-Build selection procedure, interested Offerors will submit specified performance capability proposals for review, consideration, and evaluation by the Government. The Government will evaluate these performance capability proposals in accordance with the criteria described within the solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will target no more than six (6) of the most highly qualified Offerors to participate in Phase Two. Evaluations of both Phase One and Phase Two factors using a Best Value Tradeoff in accordance with FAR 15.101-2. Only those Offerors who receive a written notification from the Savannah District Contracting Officer that their firm has been selected to participate in Phase Two of this solicitation will be invited to submit a Phase Two proposal. Those Offerors selected for Phase Two will be provided the technical requirements package for the subject project number 98749 Repair and Renovate VOLAR Barracks BLDG. 633, Fort Stewart, Georgia. EVALUATION CRITERIA: PHASE ONE Factor 1 - Past Performance Factor 2 - Design Experience PHASE TWO Factor 3 - Management Approach PRICE Price will not be rated, but will be a factor in establishing the best value in Phase II prior to discussions (if held) and in making the best value decision for award of any resultant contract. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation is issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The Offerors must register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, contractors and their subcontractors must register at www.SAM.gov in order to download RFP documents. In order to locate this solicitation, Contractors can go to www.SAM.gov and search for the solicitation number at www.SAM.gov. Proposals will be submitted through the PIEE Solicitation (SOL) Module in accordance with the solicitation. PROJECT DESCRIPTION:�Building 633 is a three-story, approximately 48,027SF, enlisted unaccompanied barracks building built in 1977. The building is located at Fort Stewart, GA, 615 Gulick Avenue, between Gulick & Cramer Avenues, near W 12th Street. The building consists of 4 �modules� (towers) of walk-up barrack rooms. The current Living Units are designed to house 2 soldiers per room, totaling 4 soldiers per floor per module. This design does not comply with current Unaccompanied Enlisted Personal Housing (UEPH) requirements and is a detriment to morale and troop retention. The goal of this project is to replace all failing systems within the building, convert the 2+2 living units to 1+1 units, and bring the building into compliance with current Life Safety and Accessibility Codes as closely as feasible. The 1+1 Living Units are required to achieve compliance with current Army Standards for Permanent Party Soldiers and UEPH as closely as feasible. The 1+1 units must ultimately consist of a shared living space with kitchen, laundry, and dining space and separate bedroom suites with bedroom, bathroom, walk-in closet, and desk space. Handicap accessibility to building Activity spaces shall be upgraded. Activity Rooms and support spaces are required to be fully accessible. The goal of this project is to replace all failing systems within the building, convert the 2+2 living units to 1+1 units, and bring the building into compliance with current Life Safety and Accessibility Codes as closely as feasible. The 1+1 Living Units are required to achieve compliance with current Army Standards for Permanent Party Soldiers and UEPH as closely as feasible. The 1+1 units must ultimately consist of a shared living space with kitchen, laundry, and dining space and separate bedroom suites with bedroom, bathroom, walk-in closet, and desk space. Handicap accessibility to building Activity spaces shall be upgraded. Activity Rooms and support spaces are required to be fully accessible. The project repairs excessive moisture conditions and failing systems in Building 633. Work includes repairs failing electrical wiring, plumbing, climate control mechanical systems, replacement of exterior and interior lighting fixtures, repairs to ceilings and walls, replacement of fire protection system, fire sprinkler system, and emergency mass notification system; replacement of interior/exterior doors and windows, repairs and repainting of interior surfaces and exterior walls, repairs to damaged flooring, and installation of meters. Work may also include mold remediation and removal of hazardous materials (i.e., asbestos containing material abatement and lead-based paint removal), and minor site work. Other work shall be to evaluate entry doors for ADA compliance and upgrade if necessary. The project must endeavor to comply with the current Guiding Principles for High Performance and Sustainable Building (HPSB) to the greatest extent feasible, and any supporting documentation must be included in the Sustainability eNotebook. LEED and/or Third-Party Certification shall not be pursued. Life Cycle Cost Analysis (LCCA) shall be performed under the Mechanical section, Building System Commissioning, and Cybersecurity requirements intended to establish control systems to mitigate vulnerability to building control systems. HVAC Systems, low-flow fixtures, energy star certified equipment and appliances, energy efficient lighting systems, indoor air quality, and low or no VOC finishes, and sustainable material selection must all be incorporated into the design. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. TYPE OF SET-ASIDE:�This requirement will be solicited as a 100% Small Business Set-Aside. MAGNITUDE OF CONSTRUCTION (DFARS 236.204):�Between $10M and $25M
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32d52f1002454daba7ca8cf0ec240f42/view)
 
Place of Performance
Address: Hinesville, GA 31313, USA
Zip Code: 31313
Country: USA
 
Record
SN06326439-F 20220515/220513230057 (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  © 1994-2020, Loren Data Corp.