Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

Z -- Design-Build Maintenance and Repair Army Reserves (MRAR) Fort Snelling B505

Notice Date
6/17/2024 12:41:16 PM
 
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
W912QR24R0021
 
Response Due
7/19/2024 2:00:00 PM
 
Archive Date
10/15/2024
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
 
Awardee
null
 
Description
*****AMENDMENT 0002 FOR PHASE II ISSUED TO SELECTED OFFERORS***** Request for Proposal (RFP), Solicitation No. W912QR24R0021�for the repair of a failing, 600-member Army Reserve Center (ARC) building at Fort Snelling, MN.� Building 505 is a 63,115 SF facility that was constructed in 1979 and is used as an Army Reserve Center (ARC) Training Building.� This project will repair failing facility �components, extend the economic life of the facility by 25 years, and provide a modern training building that enables readiness for the Army Reserve unit stationed there.� Building components and systems to be repaired include the heating, ventilation, and air conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. �The� project will also repair the exterior facade and finishes. �All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines.� This project contains options. The Contract Duration is estimated at 900 calendar days from Contract Notice to Proceed. Estimated Construction Cost is between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. This project is subject to availability of funds; funds are not presently available. No award will be made under this solicitation until funds are available. TYPE OF CONTRACT AND NAICS:��This RFP is 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 two-phase Design-Build procurement.� The proposals will be evaluated using a Best Value Tradeoff source selection process. �The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government.� Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government. As described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. �Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.� The Standard Form 1442 will also be required.� Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. �The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. �The selection process for Phase II will evaluate such factors as: �Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, Project Labor Agreement (PLA) and Price. �The Standard Form 1442 and (for Large Businesses) a Subcontracting Plan will also be required.� All evaluation factors, other than cost or 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. *****Amendment 0001 was issued on 08 April 2024.***** *****Amendment 0002 for Phase II is issued on 17 June 2024.� Only selected offerors invited by the Government to participate in Phase II are eligible to participate and submit an offer.***** *****OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c34d9b03cb4a4a249c4d29a91d3a37fe/view)
 
Place of Performance
Address: Fort Snelling, MN 55111, USA
Zip Code: 55111
Country: USA
 
Record
SN07099498-F 20240619/240617230117 (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.