Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
SOLICITATION NOTICE

Y -- Supply Support Activity Warehouse, Hunter Army Airfield, GA

Notice Date
10/24/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18B3000
 
Point of Contact
Julie Oliver, Phone: 912/652-5899, Andrew K. Page, Phone: 912-652-5900
 
E-Mail Address
julie.m.oliver@usace.army.mil, andrew.k.page@usace.army.mil
(julie.m.oliver@usace.army.mil, andrew.k.page@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid W912HN-18-3000 for the construction of a General Purpose Storage Building for use as a Supply Support Activity Warehouse (SSA) at Hunter Army Airfield, GA, based upon an in-house design. Contractor shall furnish all labor, equipment, materials and incidentals necessary to provide and construct the facility which includes building information systems, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include underground utilities (water, sewer), electric service, loading docks, ramps, parking and access roads, paving, sidewalks, curbs and gutters, storm drainage, information systems, and site improvements. Heating and air conditioning will be provided by self-contained system. This will be a competitive acquisition for the award of a Firm Fixed-Price C-type contract utilizing a Sealed Bid Procurement Method in accordance with FAR Part 14 Use of Sealed Bidding. The project will be 100% set aside for small business concerns. In accordance with FAR 36.204(f) the disclosure of magnitude is between $1,000,000.00 and $5,000,000.00. The Government must be able to verify your SBA certification. Interest firms, including Joint Ventures (JVs), must be approved under NAICS 236220 (Size Standard $36,500,000.00), and have a current System for Award Management (SAM) registration at https://www.sam.gov. In accordance with FAR 9.1 Responsible Prospective Contractors, the Contracting Officer will make an affirmative determination of responsibility of the apparent awardee prior to award of any contract. Firms must be able to adequately bond the project and provide evidence of capabilities to perform comparable work to include geographic span and project size. The Offeror shall identify the major or critical aspects of the requirements to be performed by those identified in the Joint Venture (JV). For Offerors interested in submitting proposals as a Service Disabled Veteran Owned Small Business, you are requested to submit the Department of Veteran Affairs (VA) Verification Letter verifying that your business has been approved as such and added to the verified Veteran business database at www.VetBiz.gov. Please note that the bid opening date and location will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. The solicitation when posted, will be available free of charge by electronic posting at the Federal Business Opportunities Website (FedBizOps) http://www.fbo.gov/. Project files are Portable Document Format (PDF) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the FedBizOps website. 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. In accordance with FAR 52.228-1 Bid Guarantee, Offerors are required to submit an original bid bond for either 20% of the bid price, or $3M, whichever is less. Original bid bonds must be delivered by the time proposals are due, and in accordance with specific instructions that will be identified in the solicitation. It is tentatively expected that the solicitation will be issued on or about November 15, 2017. Contractual questions should be forwarded to Contract Specialist, Julie M. Oliver at julie.m.oliver@usace.army.mil or to the attention of Contracting Officer, Andrew K. Page at andrew.k.page@usace.army.mil. The contracting officer address is 100 West Oglethorpe Avenue, Savannah, GA 31401.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18B3000/listing.html)
 
Place of Performance
Address: USACE District, Savannah, United States
 
Record
SN04721340-W 20171026/171024231021-b2ed5b3daae91ad43cc7c405c7aa9e19 (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.