Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOLICITATION NOTICE

Z -- Solicitation -W912HN23R4003 - Project No: UHHZ113000 Building 231 Second Story Addition Robins Air Force Base, Georgia

Notice Date
1/19/2023 2:00:43 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
W912HN23R4003
 
Response Due
2/24/2023 8:00:00 AM
 
Archive Date
03/11/2023
 
Point of Contact
Gregory M. Graham, Phone: 9126525476, Shermaine Malone
 
E-Mail Address
gregory.m.graham@usace.army.mil, Shermaine.D.Malone@usace.army.mil
(gregory.m.graham@usace.army.mil, Shermaine.D.Malone@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 - Geotechnical Study and Hazardous Material Survey have been added (please see additional attachments below). All other terms and conditions remain unchanged. Solicitation Notice Synopsis W912HN23R4003 Project Number: UHZ113000 B231 Addition, Warner Robins Air Base Warner Robins, GA. The U.S. Army Corps of Engineers (USACE) Savannah District is issuing an Invitation for Bid (IFB) W912HN23R4003 for Project Number: UHZ113000, B231 Addition at Warner Robins Air Base, GA. � Note: Please be advised, this is a Sealed Bid/Invitation for Bid. The subsequent solicitation will result in a C-Type Stand-alone contract. Type of Contract & NAICS:� This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, with size standard of $45M. Type of Set-Aside:� This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code identified above. Construction Magnitude:� In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10M-$25M. Proposal Due Date:� Friday, 24 February 2023 1100AM via PIEE (Procurement Integrated Enterprise Environment), Solicitation Module. This solicitation will be posted to PIEE NLT Friday 13 January 2023 SITE VISIT: 30 January 2023 at 1300. Please be at the Robins Air Base Visitor Control Center at Main Gate 3, Watson Blvd & 247 no later than 1230 for check-in. Site Visit Walkthrough at 1300, 30 January 2023. Individuals who need Access to Warner Robins Air Base, must complete the Affidavit and return it to the POC identified in the Solicitation no later than 27 January 2023. Affidavit is provided below Period of Performance:� The period of performance including all options is 900 Calendar Days after the issuance of the notice to proceed. Questions and Inquiries:�Please submit all questions and inquiries regarding technical specifications in accordance with the solicitation to ProjNet Project scope:� This project encompasses a 20,654 square-foot second-floor addition of Administration space over an existing 20,654 square-foot building of the same occupancy type. The existing building is IBC Type IIB construction of masonry and unprotected steel, with an EIFS exterior wall finish over CMU walls and a flat membrane roof. The existing administrative area was originally design for the roof to act as a floor to a future second-story addition. The existing ground floor of the area consists of a reinforced slab-on-grade floor, reinforced CMU exterior and interior walls with footings, interior steel columns with footings and steel joists/beams with concrete-filled deck for the roof (floor of future second-story). The new second story addition matches the existing EIFS wall construction and will utilize the existing roof slab as the second-floor slab. Mechanical/Plumbing/Electrical scope will include updating the UMCS for heating, ventilation, and air conditioning systems of the second floor, along with new domestic water, domestic hot water and sanitary sewer and vent. The chilled water equipment, new air handling unit, and fan coil units will tie into the existing 100-ton capacity chiller. The new second floor addition is designed to meet current code and UFC requirements.� Solicitation Website:� The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations:� System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts:� For this acquisition, the contracting officer is Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil., and the Contract Specialist is MSG Shermaine Malone, whose e-mail address is shermaine.d.malone@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07094242ff4d498b8375eddb81aed62b/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06567996-F 20230121/230119230108 (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.