Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOLICITATION NOTICE

Y -- Add/Alter FAMCAMP, Nellis AFB, Nevada

Notice Date
7/20/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0056
 
Archive Date
9/20/2016
 
Point of Contact
Tracey Daggy, Phone: (213) 452-3239
 
E-Mail Address
tracey.i.daggy@usace.army.mil
(tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a design-bid-build project Construct 82 RV sites, reconfigure 32 existing sites, and install two shower/laundry facilities at the Desert Eagle FAMCAMP. An adequate number of FAMCAMP parking spaces are required to support the active duty and retired military families visiting Nellis AFB and the greater Las Vegas area. Laundry and shower facilities are required to support a modern AF FAMCAMP. Adequate facilities are required for optimum revenue generation to the Morale, Welfare, and Recreation Fund to support Youth, Outdoor Recreation, Recreation Supply and other Category B activities, as well as the operational needs of the FAMCAMP. This project consists of construction of 82 additional full service RV parking spaces, replaces of 32 existing sites that currently have only partial service, and adds 2 pre-fabricated bath and laundry facilities to serve the expanded campground. Construction will include a high-density wagon wheel configuration (40 spaces), a linear pull through area (42 new spaces, 32 reconfigured spaces), an overflow lot of 40 unimproved sites and all necessary site improvements, access roads and support utilities. Total capacity (full service and unimproved sites) will be 269 spaces. The overflow sites will be plumbed for future development, but no utilities or pads will be constructed as part of this project. THIS PROJECT IS AN UNRESTRICTED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using Lowest Priced/Technically Acceptable procedures resulting in a firm fixed-price contract. There will be one pricing schedule for this project with a Performance Period of 360 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. Solicitation documents will be available on or about 5 August 2016 with proposals due on or about 5 September 2016. Solicitation W912PL-16-R-0056 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0056/listing.html)
 
Place of Performance
Address: Nellis AIr Force Base, Nevada, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04189853-W 20160722/160720234959-4edeaa98b29715535d24bc4e5e55b6bb (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 |
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.