Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOLICITATION NOTICE

Y -- Construction of a Standard Design Access Control Point (ACP), Project Number 70677, Ft. Gordon, GA

Notice Date
1/29/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18R3002
 
Point of Contact
Julie Oliver, Phone: 912-652-5899, Nina Crow, Phone: 912-652-5131
 
E-Mail Address
julie.m.oliver@usace.army.mil, nina.g.crow@usace.army.mil
(julie.m.oliver@usace.army.mil, nina.g.crow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN-18-R-3002 for the Access Control Point (ACP), Ft. Gordon, GA, Richmond County. The ACP includes a combined Command and Control Center/Search Office, Visitor Control Center, gatehouse, inspection canopies, bidirectional Privately Owned Vehicle (POV) Search Canopy, Search Shelters, Guard Booths, covered ID Check Area, Overwatch Guard Booth, Truck Search Canopy, Truck Holding Area, roadways, parking, lighting, traffic control signals, and passive and active vehicle barriers with comprehensive control systems, backup power generator, building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring and Control System (EMCS) connection. Project also includes Highway signalization, turn lanes, and an acceleration lane, a connector road from Gordon Highway to the ACP, an extension and upgrade of Range Road to 107th Avenue to include bridging over wetlands, and upgrades to 107th Avenue, and signalization of affected roads. Provide Uninterruptable Power System (UPS) and Electronic Security System (ESS) installations, Closed Circuit Television (CCTV) System installation, and Traffic Detection Systems. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. This will be a competitive acquisition for the award of a Firm Fixed-price C-type contract utilizing a Low Price Technically Acceptable (LPTA) best-value procurement method. The project will be issued as an unrestricted procurement using the LPTA process in accordance with FAR 15.101-2(a) which requires Offerors to submit their Past Performance and Corporate Relevant Specialized Experience information initially for review and consideration by the Government. The Government will evaluate the proposals beginning with the lowest price to the highest price until it reaches the first responsive and responsible Offeror who achieves Acceptable ratings in both factors. That Offeror will be selected for award and the remainder of the proposals will not be evaluated. Pricing will not be rated during the past performance and experience evaluation, but it will be reviewed for price reasonableness. Only one award will be made from this solicitation. In accordance with DFAR 236.204(ii) Disclosure of Magnitude of Construction Projects, the disclosure of magnitude is between $25,000,000.00 and $100,000,000.00. All interested firms, including Joint Ventures (JVs), must be approved under NAICS 236220, and have a current System for Award Management (SAM) registration at https://www.sam.gov. 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 Teaming Arrangement. 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. 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. Electronic proposal submission will be required through the AMRDEC website in accordance with specific instructions that will be identified in the forthcoming solicitation. Electronic submission sent via email or facsimile will not be accepted. Hand-carried proposal submission is not authorized. The AMRDEC website for registration and submission of proposals in https://safe/amrdec.army.mil/SAFE/Welcome.aspx. 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 U.S. Mail 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 by February 12, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R3002/listing.html)
 
Place of Performance
Address: 100 W. Oglethorpe Avenue, Savannah, Georgia, 31401, United States
Zip Code: 31401
 
Record
SN04803464-W 20180131/180129231650-02e32fb000bba6885f5a499a114febab (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.