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 -- HVAC Maintenance and Repair of Building 659, Army Reserve Center (ARC) at Parks Reserves Forces Training Area, CA

Notice Date
6/17/2024 11:13:50 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
W912QR24R0063
 
Response Due
7/22/2024 9:00:00 AM
 
Archive Date
08/06/2024
 
Point of Contact
Alex Hamilton
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0063 for Maintenance and Repair project of building 659 (Army Reserve Center) located at Parks Reserves Forces Training Area in CA. The design/bid/build repair project comprises a total of approximately 16,500 square feet. Required improvements will provide air conditioning to the second and third floors of the existing Army Reserve Center, as well as the first-floor lobby, three offices, and two main corridors of the building. It will include demolition, interior repairs of interior walls, doors, flooring, windows, and ceilings. 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 set-aside for a WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER WOSB PROGRAM SET-ASIDE procurement. SELECTION PROCESS:�This is a Design/Bid/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 ProForma 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 $5 million and $10 million in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 July 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 sam.gov website, https://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.sam.gov website at https://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 anactive registration in the SAM database at http://www.sam.gov to be eligible fora 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, Alex Hamilton, at alex.j.hamilton@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/817ffe60660d4476a2664339ffe0f395/view)
 
Place of Performance
Address: Dublin, CA, USA
Country: USA
 
Record
SN07099510-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.