SOLICITATION NOTICE
Y -- Army Reserve Center (ARC), Kansas City, Kansas
- Notice Date
- 3/16/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-R-0020
- Archive Date
- 8/31/2016
- Point of Contact
- Jesse E. Scharlow, Phone: 5023156183
- E-Mail Address
-
jesse.e.scharlow@usace.army.mil
(jesse.e.scharlow@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: Construct a 200-member Army Reserve Center (ARC) located in the vicinity of Kansas City, KS. Primary facilities include an ARC training building (30,000 sf.), unheated storage building (1,600 sf.) and organizational parking. Buildings will be of permanent construction with pre-cast walls, HVAC systems, plumbing, mechanical systems, security systems and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve the project. Pavement sections may include 6"-8" of lime treated subgrade or 8"-12" of KDOT AB-3 subgrade. Physical security measures will be incorporated into design including entry control points, maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainability/Energy measures will be provided. Contract duration is estimated at 450 days. A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with FARS 36.204. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. 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. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This competitive procurement is a 100% Total Small Business Set Aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 March 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 28 April 2016 at 2:00 p.m. Louisville time (EDST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.fbo.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 Federal Business Opportunities website at http://www.fbo.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 an active registration in the SAM database 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Jesse Scharlow at jesse.e.scharlow@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0020/listing.html)
- Place of Performance
- Address: 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville, Kentucky, 40202, United States
- Zip Code: 40202
- Zip Code: 40202
- Record
- SN04052178-W 20160318/160316234840-f10ed5f3a8be6ea57841236a0ea931f1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |