Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SPECIAL NOTICE

Y -- Industry Day for D/B/B of an Army Reserve Center (ARC) located in Fallbrook, CA

Notice Date
2/15/2018
 
Notice Type
Special Notice
 
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
W912QR18R0009
 
Archive Date
4/12/2018
 
Point of Contact
Morgan K. Strong, Phone: 502-315-6210
 
E-Mail Address
morgan.k.strong@usace.army.mil
(morgan.k.strong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MEETING LOGISTICS: An Industry Day for this project will be held on 28 March 2018 at 1:00 PM (PST). The Industry Day will be conducted in Building 1 on the Fallbrook installation. The address for Building 1 is 700 Ammunition Road, (1st building on Sparrow road) Fallbrook, CA 92028-3187. Any contractor who wants to attend Industry Day shall to do the following to be able to gain access to the Fallbrook installation: 1. Contractors will need to enter the Fallbrook installation at the Fallbrook gate (Do not use Pendleton gates) 2. At the gate please tell the Guards you will be attending the Industry Day at Building 1. 3. Your escort POC is Michael Higgins (502-974-2318). This has been approved by Dustin Sherman. 4. Contractor should proceed to building one and get day pass from Michael Higgins or Dustin Sherman. 5. Contractors can park at Building 315 (at the Fallbrook gate) and walk up to Building 1 if desired. DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) for the construction of a new 800 member Army Reserve Center in the vicinity of Fallbrook, CA. Primary facilities include construction of an ARC Training Building (79,000 SF), Organizational Maintenance Shop (9,000 SF), and Unheated Storage Building (7,000 SF) on a 15 acre site. Prior to construction the demolition and relocation of an existing electrical transmission line that transects the site is required. 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, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, two vehicle was racks/platforms, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 243 Tons). The contract duration is estimated at seven hundred and sixty (760) calendar days from Notice to Proceed. 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. TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement. As such, the HUBZone price preference will be applicable to this solicitation. SELECTION PROCESS: This Design-Bid-Build project will be a single phase procurement and the basis of award is the Best Value Trade-Off process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, Small Business Participation 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 determined to be in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. The anticipated target ceiling for this contract is approximately $32,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation in May 2018. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation when it is posted to http://www.fbo.gov. 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Morgan Strong, at Morgan.K.Strong@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0009/listing.html)
 
Place of Performance
Address: Fallbrook, California, United States
 
Record
SN04824944-W 20180217/180215231912-b958312e63dcbb2a5bf2d31f9b6a1eab (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.