SOLICITATION NOTICE
Z -- Tactical Vehicle Maintenance Facility (TEMF), Building 2826, Fort Johnson, Louisiana
- Notice Date
- 6/30/2023 9:46:06 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G23R0060
- Response Due
- 7/30/2023 2:00:00 PM
- Archive Date
- 08/14/2023
- Point of Contact
- Richard Feller, Phone: 8178861165, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
richard.feller@usace.army.mil, matthew.s.dickson@usace.army.mil
(richard.feller@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL Tactical Vehicle Maintenance Facility (TEMF), Building 2826, Fort Johnson, Louisiana GENERAL INFORMATION: The proposed project will be a total Small Business Set-Aside for the repair and renovation of a Tactical Vehicle Maintenance Facility (TEMF), Building 2826, Fort Johnson, Louisiana. The North American Industrial Classification System code is 236220, which has a size standard of $45 million. The magnitude of construction is between $10,000,000.00 and $25,000,000.00. The solicitation is anticipated to be issued on or around 25 July 2023 using a One-Phase Design-Bid-Build Tradeoff Process.. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in September 2023. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/SAM/. No state level certifications will be accepted. PROJECT INFORMATION: The project will include all work in accordance with the plans and specification to make necessary interior and exterior repairs and renovations to Building 2826.� The project will also include site work to include the construction of a new bulk storage area with security fence enclosure, barrier curbs, a loading area with driveway ramp, three mechanical yards, a new satellite prefabricated frame, dumpster pads, pavement markings, relocation of a natural gas line, and new fencing and fence repairs. This solicitation is for a Design-Bid-Build, Firm-Fixed Price, Small Business set-aside contract at Fort Johnson, Louisiana. The Government will award a firm fixed-price contract to the responsible Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable with regard to pricing, and whose proposal offers the best overall value to the Government, considering the price and non-price factors described herein. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The intent of this solicitation is to obtain the best value proposal within the contract cost limitation. There is no obligation to approach or match the contract cost limitation in the offer. As part of the evaluation, the Government will evaluate proposals relative to the minimum standards in the RFP to determine if they offer additional value to the Government. In addition, innovations in proposals will be evaluated to determine if creative ideas of the Offeror are a better value to the Government compared to the minimum criteria. After the Government evaluates and rates each proposal, the Source Selection Authority (SSA) will compare proposals to determine which proposal represents the best value for award. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is a lower priced, conforming offer(s), the SSA must determine that the added value of a more expensive proposal would justify award to that Offeror. Anticipated project completion is 730 days from Notice to Proceed (NTP). The Primary Point of Contract for this project is Richard Feller, Contract Specialist, email is richard.feller@usace.army.mil.� All questions MUST be received through email for record. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a government contract award. THIS IS NOT A REQUEST FOR PROPOSAL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e704d837f914a4da584a2275465ef47/view)
- Place of Performance
- Address: Fort Johnson, LA 71459, USA
- Zip Code: 71459
- Country: USA
- Zip Code: 71459
- Record
- SN06734260-F 20230702/230630230045 (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 |