Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

Z -- Design/Build of the Hewgley Army Reserve Center Telecommunications Infrastructure Repair by Replacement, Knoxville, TN

Notice Date
7/1/2024 12:28:59 PM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR24R0057
 
Response Due
7/19/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Proposal (RFP) (Solicitation No. W912QR24R0057)�is issued for the Design-Build upgrade of existing facilities IT network infrastructure (50,000 SF) at the Isham C. Hewgley United States Army Reserve Center (ARC) campus in Knoxville, TN. �There are two (2) buildings on this site. Some rooms may need to be constructed in the facilities to support the IT requirements. The project will include design of the facilities to meet current specifications to meet current IT infrastructure requirements. Inside and outside plant upgrades may be necessary.� After design is complete, the contractor will then need to upgrade the infrastructure in the facility while keeping the buildings fully operational.� The Contract Duration is estimated at 490 calendar days from Contract Notice to Proceed. TYPE OF CONTRACT: �This RFP will be for one (1) Firm-Fixed-Price (FFP) contract.��The North American Industrial Classification System Code (NAICS) for this effort is 238210 � Electrical Contractors and Other Wiring Installation Contractors.� The Small Business Size Standard is $19M. TYPE OF SET-ASIDE:��Total Small Business SET-ASIDE procurement. SELECTION PROCESS:��This is a single-phase Design-Build procurement.� The proposals will be evaluated using a Best Value Trade-Off source selection process. �The technical information contained in the 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 is described in Section 00 22 16 of the Solicitation, for review and consideration by the Government.� The proposal for this procurement, at a minimum, consists of the following: �Past Performance (Prime Contractor and A/E Designer of Record); Technical Approach consisting of a Management Plan and Design Approach; and Price. �Pro Forma Information such as bonding and financial capability, the Standard Form (SF) 1442, and a Joint Venture Agreement (only if the Offeror is a Joint Venture) 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 discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE:��The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204.� The target ceiling for this contract is approximately $1,500,000.� Offerors are under no obligation to approach this ceiling. SOLICITATION WEBSITES:��The official solicitation is available free of charge by electronic posting only and may be found at the System for Award Management (SAM) website at https://sam.gov. �Paper copies of the solicitation will not be �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 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 websites periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the System for Award Management (SAM) 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. PARTNERING WITH US: �https://www.usace.army.mil/Business-With-Us/Partnering/ Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on: ""View FFP Contract Changes Playbook Here� *****7/1/2024�- This announcment is updated to: (1) attach the Site Visit Sign-In Roster dated 01 July and (2) to inform the public of an error to the ProjNet Bidder Inquiry Key provided in the Solicitation in Section 00 21 00 � Instructions, ProjNet Instructions .� The CORRECT Bidder Inquiry Key is N4F8MG-ZQQE8J.� This error will be addressed in Amendment 0001, which is forthcoming.*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8926a40ef27f47979dec851c75cc7ddd/view)
 
Place of Performance
Address: Knoxville, TN 37909, USA
Zip Code: 37909
Country: USA
 
Record
SN07113769-F 20240703/240701230109 (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.