Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2018 FBO #5888
SOLICITATION NOTICE

Z -- Renovation of Hangar 1 (Phase 2) at Westover Air Reserve Base, MA

Notice Date
1/4/2018
 
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
W912QR18R0019
 
Archive Date
3/8/2018
 
Point of Contact
Michael D. Hutchens,
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This project is to provide all labor, materials, and equipment necessary to renovate Hangar 1 (Building 7087), Phase II at Westover Air Reserve Base, MA. The scope of work will include the demolition of existing interior walls, finishes, and mechanical, plumbing, and electrical systems. Demolition will also include the removal of any hazardous materials identified. The renovation of 18,137 SF will include installation of new partitions, interior finishes, bathroom fixtures, mechanical, plumbing, electrical, fire alarm, and communications systems. Ordering and installation of furnishings, fixtures, and equipment may be included. Windows will be replaced to meet ATFP standards. Additionally, the set up and removal of temporary facilities for building occupants will be required. The contract duration, including pre-construction submittals and coordination, installation and removal of temporary facilities, physical construction activity, system testing, and project close-out is estimate to not exceed 560 calendar days. TYPE OF CONTRACT AND NAICS: The 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. TYPE OF SET-ASIDE: This acquisition will be a Total Small Business Set-Aside competitive procurement. Size Limitation $36.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in Section 00112 of the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): Past Performance, Management Plan, and Price. Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 18 January 2018 and approximate closing date is on or about 21 February 2018. Responses to this synopsis are not required. SITE VISIT: A site visit will be held during the solicitation period for the project. Details regarding the site visit will be issued with 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 System for Award Management (SAM) database at http://www.sam.gov to be eligible for a Government contract award. 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 Contract Specialist, Michael Hutchens at Michael.D.Hutchens@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0019/listing.html)
 
Record
SN04781056-W 20180106/180104230637-0fb75b27c73cb57bb8be39ac68adae08 (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.