Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOLICITATION NOTICE

Y -- W912QR24R0010 Reconfigure and Modernize the 1600-member LTC. Luis E. Martinez Army Reserve Center (ARC) Perrine, FL

Notice Date
7/15/2024 10:31:21 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
W912QR24R0010
 
Response Due
8/12/2024 12:00:00 PM
 
Archive Date
07/15/2025
 
Point of Contact
Alex Hamilton, Phone: 5023156252
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Awardee
null
 
Description
***Amendment 0007 was posted to SAM.gov on 15 July 2024.*** ***Amendment 0006 was posted to SAM.gov on 09 July 2024.*** ***Industry Day/Prep-Proposal Conference Presentation and Sign-In Sheets from the event held on 28 June 2024 has been attached to this posting for reference on 03 July 2024.*** ***Amendment 0005 was posted to SAM.gov on 12 June 2024.*** ***Amendment 0004 was posted to SAM.gov on 05 June 2024.*** ***Amendment 0003 was posted to SAM.gov on 01 May 2024.*** ***Amendment 0002 was posted to SAM.gov on 24 April 2024.*** ***Amendment 0001 was posted to SAM.gov on 11 April 2024.*** The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0010 for the alteration and renovation of the existing 78,625 square foot LTC Luis E. Martinez ARC training building, construction of a new 19,363 square foot collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS), and new 50,747 square foot Organizational Storage Building. Supporting facilities include land clearing, building demolition, paving, concrete aprons, vehicle wash rack/platform, bilevel equipment loading ramp, mobile kitchen trailer pad, SATS Trailer canopy, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. 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 an unrestricted (Full and Open) 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 Pro Forma 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. CONSTRUCTION MAGNITUDE:�The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204. 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. ****OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2c8a10cd9a6c4f9db099b8b34f6c5ad2/view)
 
Place of Performance
Address: Miami, FL 33177, USA
Zip Code: 33177
Country: USA
 
Record
SN07128353-F 20240717/240715230108 (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.