Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOLICITATION NOTICE

Y -- Wright-Patterson Air Force Base (WPAFB), OH Army Reserve Center (ARC), Area Maintenance Support Activity (AMSA), & Vehicle Maintenance Shop (VMS)

Notice Date
10/31/2023 1:58:53 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
W912QR24R0006
 
Response Due
11/15/2023 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Marcel D. Hull, Jesse Scharlow
 
E-Mail Address
Marcel.D.Hull@usace.army.mil, Jesse.E.Scharlow@usace.army.mil
(Marcel.D.Hull@usace.army.mil, Jesse.E.Scharlow@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0006 for the construction of an Army Reserve Center (ARC), Area Maintenance Support Activity Shop (AMSA), and Vehicle Maintenance Shop (VMS) at Wright-Patterson Air Force Base (WPAFB), OH. This Design/Bid/Build requirement will involve two project elements at Wright Patterson AFB that will be constructed at the same time as they are being built on the same sight, utilizing the same utilities and other joint spaces. The first element is a 300-member Army Reserve Center (ARC) on Wright-Patterson Air Force Base (AFB). Facilities include construction of an ARC Training Building and Unheated Storage Building. The buildings will be approximately 41,329 SF. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); lubrication distribution, waste oil disposal system, and compressed air systems; and plumbing, mechanical, and security systems; and electrical systems and transformer. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The second element is to construct on WPAFB a co-located AMSA / VMS for three Army Reserve units. The maintenance shop will be constructed to the modified Tactical Equipment Maintenance Facility (TEMF) standard design consisting of 32'x96' drive thru work bay(s) (comprised of a 16'x32' work area per bay), work bay safety aisle, equipment alcove, tool/parts storage, flammable/controlled waste storage, fluid distribution, classroom/break area, restrooms/showers/lockers, maintenance administrative support areas and an overhead traveling crane spanning all work bays. The project will also provide concrete aprons, vehicle wash rack/platform(s), a bi-level equipment loading ramp and adequate parking space for military and privately-owned vehicles. Contract duration is estimated at 1,095 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation. 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. TYPE OF SET-ASIDE:� Full and Open Competition (Unrestricted) CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror�s proposal will be reviewed, evaluated, and rated by the Government. Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance; Technical, and Price. 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 cost or price, 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. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 November 2023. 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 the 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 the Contract Specialist, Marcel Hull, at marcel.d.hull@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/f0fb9cafaf5d457aa05e90e5abbdd945/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06872066-F 20231102/231031230049 (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.