MODIFICATION
Y -- Minneapolis Air Reserve Station - Indoor Small Arms Range
- Notice Date
- 8/10/2018
- Notice Type
- Modification/Amendment
- 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
- W912QR18R0044
- Archive Date
- 9/25/2018
- Point of Contact
- Travis I. Dunn,
- E-Mail Address
-
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ****SOLICITATION**** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue solicitation W912QR18R0044 for the construction of an Indoor Small Arms Range at the Minneapolis-Saint Paul Air Reserve Station. The proposed project is for Design-Bid-Build construction an Indoor Small Arms Range of approximately 27,000 square feet to be a live fire range facility. Construction shall consist of overhead safety baffles, movable targets, heat and ventilation system, lighting, public-address system, fire detection system, and bullet resistant enclosure with support structures in accordance with Engineering Technical Letter 11-18 Small Arms Range Design and Construction. Construct supporting utilities and walkways as required. Project shall comply with antiterrorism/force protection requirements identified in the DoD unified Facilities Criteria. CONTRACT DURATION: The contract duration is 540 calendar days. TYPE OF CONTRACT AND NAICS: The solicitation 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 Full and Open Competition procurement with a HubZone Price Evaluation Preference. SELECTION PROCESS: The proposals will be evaluated using a Best Value Tradeoff source selection process. Proposals, at a minimum, will consist of the following: Past Performance, Management Plan, Price, and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion 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. SOLICITATION RELEASE DATE: 10 August 2018 NOTE: This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required. SITE VISIT: A pre-proposal site visit will be held. Details 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 the Federal Business Opportunities (FBO) 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 (FBO) 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 Offeror's 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) 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 a 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. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0044/listing.html)
- Place of Performance
- Address: Minneapolis-Saint Paul Air Reserve Station, Minnesota, United States
- Record
- SN05031306-W 20180812/180810230801-2f6ee7285d6bcf11f2c7d4f84b9e92af (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 |