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

Z -- D/B Renovation of an Army Reserve Center and Vehicle Maintenance Shop - Des Moines , IA

Notice Date
2/15/2024 10:46:46 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
W912QR24R0027
 
Response Due
3/1/2024 9:00:00 AM
 
Archive Date
03/16/2024
 
Point of Contact
Lindsay Lawrence
 
E-Mail Address
lindsay.b.lawrence@usace.army.mil
(lindsay.b.lawrence@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. W912QR24R0027 for the renovation of an Army Reserve Center (ARC) and Vehicle Maintenance Shop (VMS) located in Des Moines, IA. A description of the project is as follows: This project is a design-build project to alter, repair, and upgrade the existing approximately 75,000 square foot ARC, 13,000 square foot VMS, Personally Owned Vehicle (POV) lot, Military Equipment Parking (MEP) lot, and access road to comply with Anti-Terrorism/Force Protection (AT/FP) guidelines. The renovation scope of work will include some interior demolition to allow new spatial arrangements to better accommodate the current mission, full facility accessibility, new mechanical systems, new electrical service, new interior finishes, repair drywall and plaster damage, new fire protection, new fire alarm/mass notification, and new lighting installation of lighting and upgrade interior electrical service; replacement/installation of information systems; repair of exterior wall finish, repair of downspout/gutters, replace roofing, modify/replace exterior doors and door openings, and replace exterior signage; removal of lead based paint and asbestos as necessary; and connect to the Energy Monitoring and Control Systems. This also includes limited site work including landscaping, fencing, gates, signage, handicapped parking/ramps, access road and privately owned vehicle (POV) parking. Supporting facilities include land clearing, paving, 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 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 50 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. 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 236220. The Business Size Standard is $45M. TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement. In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation. SELECTION PROCESS: This is a Design/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and 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 Factor(s) such as management plan, and Price and 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 discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204. PLA: Offerors shall submit an offer subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, General requirements for project labor agreements.� Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 16 February 2024. Details regarding Optional Site Visits will be included in the solicitation. Actual dates, times, and base access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to 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, 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 System for Award Management website at 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, Lindsay Lawrence; Lindsay.B.Lawrence@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/a74fdc462f28441dbcba8b09c3992fe8/view)
 
Place of Performance
Address: Des Moines, IA, USA
Country: USA
 
Record
SN06967216-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.