Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2023 SAM #7841
SOLICITATION NOTICE

Z -- Renovation of Hangar 750 - Patrick Space Force Base

Notice Date
5/15/2023 1:15:29 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
W912QR23R0041
 
Response Due
5/30/2023 1:00:00 PM
 
Point of Contact
Lindsay B Lawrence
 
E-Mail Address
Lindsay.B.Lawrence@usace.army.mil
(Lindsay.B.Lawrence@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR21R0041 for the Design Bid Build of Renovation of Hangar 750 for 920 Row at B750 Redstone Road, Patrick Space Force Base, Florida 32925. This project is to repair, modernize and properly configure this 80-year-old two-story hangar facility (B750) to support the current needs of 920th multi-maintenance and administrative functions. Major features of work include removing and replacing the HVAC systems; renovating restrooms; removing all unnecessary interior walls to provide a code compliant open-office concept; replacing flooring, stair treads, and ceiling tile; repainting all interior walls; and replacing light fixtures and ducts; installing additional communication/electrical outlets as required; reconfiguring and replacing interior utilities such as power, lighting, plumbing and fixtures, HVAC, fire suppression, and communications support; balancing HVAC system upon completion of the project; installing bird netting; installing high capacity fans; and prepare/seal/restripe floor in the bay area; painting exterior; providing elevator on north side for code compliance; refurbish both the East and West hangar doors; replace the second story roof; completing the fire hydrant line loop around the hangar footprint; expanding shop footprint to the south by 3,100 SF (New Work); including space in Mech rooms for dehumidification equipment. This project will also include the replacement of approximately 2,700 SF of airfield pavement. Total renovation square footage is approximately 71,624 SF. Total new work/ expansion square footage is 3,100 SF. The project is anticipated to contain options that will be listed in the Price Breakout Schedule of the resulting solicitation. The Contract Duration is seven hundred thirty (720) calendar days from Contract 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. TYPE OF SET-ASIDE: This is Total Small Business Set-Aside procurement. 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. Past performance and 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: Prime Contractor Past Performance, Technical Factor(s) such as management approach, and Price 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 $10 million and $25 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 05 JUN2023. �Additional details can be found in the solicitation when it is posted to 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 Contracting Opportunities website, 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 System for Award Management website at 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 Lindsay Lawrence at Lindsay.B.Lawrence@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/782b907140ad47c88250fe65435618c6/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN06682379-F 20230517/230515230114 (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.