Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOLICITATION NOTICE

Y -- Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) & Vehicle Maintenance Shop (VMS)

Notice Date
2/7/2024 9:27:40 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR24R0015
 
Response Due
2/19/2024 8:59:00 PM
 
Archive Date
03/08/2024
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@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) W912QR24R0015 for the construction of a collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) located on Camp Pendleton, CA for the U.S. Army Reserves. �This project is a Design/Bid/Build project to Construct a 15,000 Square Feet (SF) collocated AMSA and VMS. �Supporting facilities include land clearing, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections.� Accessibility for the disabled 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. �Dispose/Demolish four (4) buildings at Camp Pendleton, California (6,774 Total SF). �Air Conditioning (Estimated 25 Tons). The project contains options such as:� paved parking areas, loading ramps, and collateral equipment. The Contract Duration is estimated at 900 calendar days from Contract Award. 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: �Total Small Business SET-ASIDE procurement. SELECTION PROCESS: �This is a single-phase procurement.� The proposals will be evaluated using a Best Value Trade Off source selection process. �The 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, 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 price, when combined, are considered more important than 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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204.� The target ceiling for this contract is approximately $15,000,000.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: �The Government anticipates releasing the solicitation on or about 19 February 2024. �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 https://sam.gov. SOLICITATION WEBSITES: �The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/.� 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 at https://sam.gov.� Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading.� This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors� responsibility to check the websites 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 Bonny Dylewski, at bonny.c.dylewski@usace.army.mil � This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.� PARTNERING WITH US: �https://www.usace.army.mil/Business-With-Us/Partnering/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ee602917b0a463186a31c4e23ac4c03/view)
 
Place of Performance
Address: Camp Pendleton, CA 92055, USA
Zip Code: 92055
Country: USA
 
Record
SN06958042-F 20240209/240207230047 (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.