Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOLICITATION NOTICE

Y -- Expand Fire Department Facility at Letterkenny Army Depot, Chambersburg, PA.

Notice Date
2/13/2024 6:36:49 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR24R0002
 
Response Due
2/28/2024 9:00:00 PM
 
Archive Date
03/15/2024
 
Point of Contact
Qiana Bowman, Phone: 4109625613, Michael Getz, Phone: 4109623455
 
E-Mail Address
qiana.l.bowman@usace.army.mil, michael.j.getz@usace.army.mil
(qiana.l.bowman@usace.army.mil, michael.j.getz@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This proposed procurement is a Competitive 8(a) requirement utilizing Lowest Price Technically Acceptable (LPTA) procedures: NAICS 236220 ""Commercial and Institutional Building Construction"" with a size standard of $45,000,000.00. Project Description: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services to expand fire department facility at Letterkenny Army Depot in Chambersburg, Pennsylvania.� The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Lowest Price Technically Acceptable Process. Project consists of constructing a standard design two company headquarters Fire Station (approximately 25,000 square feet) with additional structural apparatus bays. Primary facilities include fire station, redundant power, cyber security measures, sustainability/energy and antiterrorism measures. This facility will also include building information systems, fire protection and alarm systems and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage information systems landscaping and signage. Heating and air conditioning will be provided by a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.� comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. 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 100 Tons). The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 18 months from Notice to Proceed (NTP). Additional information in accordance with the Statement of Work will be included in the Request for Proposal (RFP) package. This solicitation will be available on or about 25 January 2024, proposals due on or about 13 March 2024. The solicitation will be provided in an electronic format, free of charge to all authenticated account holders of the SAM.gov system. Please note that all USACE acquisitions are considered sensitive, but unclassified documents. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor�s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1ee37111c3bd4318967ed0f233a8c97d/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06964375-F 20240215/240213230043 (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.