Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOLICITATION NOTICE

Y -- Automated Multipurpose Machine Gun Range - Ft. Devens, MA

Notice Date
2/8/2024 2:28:06 PM
 
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
W912QR24B0007
 
Response Due
2/23/2024 12:00:00 PM
 
Archive Date
03/09/2024
 
Point of Contact
Adam Brooks, Phone: 5023157049
 
E-Mail Address
adam.m.brooks@usace.army.mil
(adam.m.brooks@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), Solicitation No. W912QR24B0007, for a fully designed project to include the new construction of a modified standard design Automated Multipurpose Machine Gun (MPMG) Range at Devens Reserve Forces Training Area (RFTA), Massachusetts. A description of the construction project is as follows: Construct a modified standard design Automated Multipurpose Machine Gun (MPMG) Range at Devens Reserve Forces Training Area (RFTA), Massachusetts. Primary facilities include a 4-lane Light MPMG, range operations control area, control tower, classroom building, operations/storage building, bleacher enclosure, covered mess, ammunition breakdown building, and port-a-let. The 4-lane light MPMG includes 4 center lanes out to 800m with standard center lane targetry minus MITs with the addition of 2 SITs in place of MITs at 100m, 200m and 300m. Supporting facilities include electric service, site improvements, and information systems. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum 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. Air Conditioning (Estimated 9 Tons). The Contract Duration is expected to be 540 days from 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 -Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Small Business Set Aside �procurement. SELECTION PROCESS: This is a Design/Bid/Build procurement, Invitation For Bid, sealed bid. 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 $5 million and $10 million in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 13 March 2024. �Additional details can be found in the solicitation when it is posted to 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 Contracting Opportunities website, 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 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 Contract Specialist Adam Brooks at Adam.M.Brooks@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/1fbe3867d5304613bb909209fcaa6d1d/view)
 
Place of Performance
Address: Devens, MA, USA
Country: USA
 
Record
SN06959625-F 20240210/240208230049 (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.