SOLICITATION NOTICE
Y -- Fort Johnson Information Systems Facility, Phase 2
- Notice Date
- 6/12/2024 1:56:45 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G24R0107
- Archive Date
- 07/01/2024
- Point of Contact
- VERNON VALIGURA, Phone: 8178861634, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
vernon.n.valigura2@usace.army.mil, matthew.s.dickson@usace.army.mil
(vernon.n.valigura2@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS NOT A SOLICITATION POSTING. THIS IS A PRE-SOLICITAITON POSTING ONLY. Title:� Fort Johnson Information Systems Facility Phase II Classification Code: Y � Construction of Structures and Facilities NAICS: 236220 � Commercial and Institutional Building Construction Solicitation Number: W9126G24R0107 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Fort Worth For Fort Johnson Information Systems Facility Phase II. This solicitation is Small Business Set-Aside for Construction of an Information Systems Facility, located at Fort Johnson, Louisiana. Construct the Phase II supporting facilities for the previously award PH I Information Systems Facility. The Phase II supporting facilities includes: Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, Extension of Kentucky Avenue, Landscaping, and all associated site work outside the 5 foot line of supporting facilities.�� Construction includes backup power, special foundations, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Utility Monitoring Control Systems (UMCS) connection. Supporting facilities include site development, utilities and connections, sidewalks, curbs and gutters, storm drainage, and signage. Heating and air conditioning will be provided by connection to a self-contained system. Building information systems and antiterrorism measures for this project are unique in nature and not included in the unit cost of the building. 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. It is the Army�s objective that this building will have a 40-year useful life in accordance with DoD�s Unified Facilities Criteria (UFC 1-200-02).� The design and construction should provide an appropriate level of quality to ensure the continued use of the facility over that time period with the application of reasonable preventative maintenance and repairs that would be industry-acceptable to a major civilian sector project owner.� Requirements stated in the contract are minimums.� Innovative, creative, and life cycle cost effective solutions, which meet or exceed these requirements are encouraged.� Further, the Offeror is encouraged to seek solutions that will expedite the construction (panelization, pre-engineered, etc.) in order to shorten the schedule.� The intent of the Government is to emphasize the placement of funds into functional/operational requirements.� Materials and methods should reflect this by choosing the most economical Type of construction allowed by code for this occupancy/project allowing the funding to be reflected in the quality of interior/exterior finishes and systems selected. DFARS 236.204 Disclosure of the magnitude of construction project (ii) between $10,000,000 and $25,000,000 The solicitation is anticipated to be issued on or about 18 June 2024. A firm-fixed price contract is anticipated to be awarded using Best Value Trade Off criteria IAW FAR 15.101. Anticipated contract award will be September 2024. Project completion date is 720 calendar days from issuance of Notice to proceed. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://piee.eb.mil/.The use of the website requires prior registration at https://piee.eb.mil/. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the https://piee.eb.mil/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. You may register with SAM at https://sam.gov/. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the https://piee.eb.mil/ website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://piee.eb.mil/ address after solicitation issuance of Solicitation Number W9126G24R0107. Contracting Office Address: USACE Attn: CESWF-CT PO Box 17300 Fort Worth, Texas 76102-0300 United States Place of Performance: Fort Johnson, Louisiana THIS IS NOT A SOLICITATION POSTING. THIS IS A PRE-SOLICITAITON POSTING ONLY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a3c8306b58d4ede8fe4ff104bc2dc36/view)
- Place of Performance
- Address: Fort Johnson, LA 71459, USA
- Zip Code: 71459
- Country: USA
- Zip Code: 71459
- Record
- SN07094726-F 20240614/240612230114 (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 |