MODIFICATION
Y -- Construction of an Access Control Point (ACP) and Mail/Freight Center at Ft. McCoy, WI
- Notice Date
- 3/21/2016
- Notice Type
- Modification/Amendment
- 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-0024
- Archive Date
- 5/19/2016
- Point of Contact
- April C. Judd,
- E-Mail Address
-
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: Construct a new Access Control Point and Mail and Freight screening/distribution facility at Fort McCoy, Wisconsin. Project includes: 1.) A new Access Control Point with ID check area, search area office (combined gatehouse and search office functions), inspection canopies, roadways, traffic control signals, active and passive vehicle barriers (K-12 or M50 rated type) with associated safety and comprehensive control systems, information systems, uninterruptable power system (UPS), closed circuit TV (CC TV), and intrusion detection system (IDS). AND 2.) A new Mail/Freight facility (32,000 SF) with mail screening room, mail pickup, warehouse, and loading docks. AND 3.) Road Construction. The project as a whole, in addition to the 3 parts described above, includes construction of supporting facilities including: general site improvements, land clearing, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, signage, security fencing, and improvement of X Road near the entrance of the ACP. Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, fire protection and alarm systems, security and electrical systems, and Energy Monitoring Control Systems (EMCS) connection. Facilities are designed to a minimum life of 50 years. The performance period is 720 days from Notice to Proceed (NTP). 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 is 236220 - Commercial and Institutional Building Construction, with a size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full and Open competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Best Value, formal source selection process. Proposals will be evaluated by the government in accordance with the following criteria: Prime Contractor Experience, Past Performance, and Price. The basis for award will be the contractor who provides the best value to the government. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204. The construction cost limit is $15,800,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 4 April 2016 and approximate closing date on or about 4 May 2016. Actual dates and times (Eastern Time) will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held following the issuance of the solicitation. The exact location and time will be included in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0024/listing.html)
- Record
- SN04056958-W 20160323/160321235717-bf86c2778e0b1c7a01f7778b7cf03634 (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 |