Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOLICITATION NOTICE

Y -- Design-Bid-Build Construction of Collective Training Enlisted Barracks - East at Fort McCoy, Wisconsin

Notice Date
2/15/2024 3:54:06 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
W912QR24R0002
 
Response Due
11/5/2023 9:00:00 PM
 
Archive Date
02/15/2024
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
 
Description
DESCRIPTION: �The U.S. Army Corps of Engineers (USACE) - Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR24R0002 for the Design-Bid-Build construction of a new 61,229 sf, 4-story, 400 bed, Transient Training Enlisted Barracks. �Work includes standing seam metal roof over rigid insulation on steel deck on structural trusses, utility brick veneer over rigid insulation on steel studs with exterior glass mat gypsum sheathing, concrete floor on metal deck and on-grade, elevator, aluminum doors & windows, gypsum board & metal frame partitions, steel door frames & steel doors, acoustical ceilings, HVAC, plumbing, security, and electrical systems. Air barrier testing and HVAC silver is required. �Construct Site Work to include base proposal demolition, site clearing, grading, drainage, utilities, paving, and permits, beyond a line five feet outside the Barracks Building. � The project contains options such as:� 1) Operations and Maintenance, Army Reserve (OMAR) Funded Laundry Equipment Items (washers and dryers); 2) Bona Fide Need Operations, Maintenance � Army Reserve (OMAR) Funded Equipment Items (metal shelving, fire extinguishers, window blinds) ; 3) Install Concrete Pavement on the Mow strips, Sidewalks including the Fire Lane and Pad for Bicycle Rack; 4) Southern Third Concrete Parking Lot; 5) Middle Third Concrete Parking Lot; and 6) Northern Third Concrete Parking Lot. The Contract Duration is 780 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: ��This acquisition will be an Unrestricted (Full and Open) 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, Management Plan, Small Business Participation Plan, 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 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. 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.� ANTICIPATED SOLICITATION RELEASE DATE: �The Government anticipates releasing the solicitation on or about 06 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 https://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 System for Award Management (SAM) website at https://www.sam.gov, and the Procurement Integrated Enterprise Environment (PIEE) website Soliciation Module website at 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 SAM website at https://www.sam.gov and the PIEE website Solicitation Module at https://piee.eb.mil/.� Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. These 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 https://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, 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/b720d7bd7d1949a1b9bc68602ae0d301/view)
 
Place of Performance
Address: Fort McCoy, WI 54656, USA
Zip Code: 54656
Country: USA
 
Record
SN06967162-F 20240217/240215230051 (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.