Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SOLICITATION NOTICE

Y -- Expeditionary Development Test Range, NSWC, Crane, IN

Notice Date
3/18/2024 9:23:01 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-40197490
 
Response Due
4/11/2024 11:00:00 AM
 
Archive Date
04/26/2024
 
Point of Contact
JACOB PRIDEMORE, Phone: 5023156228
 
E-Mail Address
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
-------------------------------------------------------------------------- ***AMENDMENT 0001 - See attached document for Amendment 0001. This RFP is for the MATOC Contractors identified below.� -------------------------------------------------------------------------- This RFP is for the Northeast Small Business MATOC Contractors identified only. A&H Ambica JV, LLC Butt Construction Company, Inc. Howard W. Pence, Inc. KUNJ Construction Corp. SES Construction and Fuel Services, LLC FUTRON, INC HDD JV Dear MATOC Contractors,� Reference is made to the Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, Numbers W912QR21D0056 through W912QR20D0060, W912QR21D0085, and W912QR21D0086 to provide Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support the military construction (MILCON) and operations and maintenance (O&M) funded construction requirements for U.S. Army, U.S. Air Force, Army Reserve and Air Force Reserve nationwide programs in the Northeast Region. We request you submit a price proposal for the Design-Build project of Expeditionary Development Test Range (EDTR) located at Naval Surface Warfare Center (NSWC) Crane, Indiana, as detailed in the scope of work, drawings, and specifications posted on the System for Award Management website at SAM.gov. The documents are available for download on the SAM website only. All vendors must be registered in the SAM database. The RFP can be found by logging into the website as a vendor and searching on the solicitation number (W912QR-40197490). The estimated cost range is between $1,000,000.00 to $5,000,000.00. The basis for award of this task order is lowest evaluated price (base plus options). Please complete the price breakout schedule and include a labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract. Offerors shall allow for Government acceptance of proposals for 60 calendar days from the date proposals are due. Any proposal that does not allow acceptance for 60 days will not be considered and will be rejected. Proposals are due no later than 2:00 PM Eastern Time on 09 April 2024. Submit your proposal by email to Jacob Pridemore at jacob.s.pridemore@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Jacob S. Pridemore via email. Note: Bonding and Insurance is required for this Task Order. See FAR 52.228-2, FAR 52.228-5, FAR 52.228-14, and FAR 52.228-15 located within section 00700 of your Base IDIQ Contract (W912QR21D0056 through W912QR20D0060, W912QR21D0085, and W912QR21D0086). A tentative site visit is scheduled for 28 March 2024 at 10:00AM Eastern Time. For more information, please refer to FAR Clause 52.236-27, SITE VISIT (CONSTRUCTION). All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is PK5V42-IZI49Z. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled five (5) days prior to the proposal due date. No Government responses will be entered into the ProjNet system within two (2) days prior to the proposal due date stated in this letter.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c205da2fbd044d6eb1dc7913e55fcf69/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07000347-F 20240320/240318230047 (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.