Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SOLICITATION NOTICE

Y -- Design-Build a Fire Rescue Center at Altus AFB OK

Notice Date
9/17/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18R0061
 
Archive Date
10/18/2018
 
Point of Contact
Bruce E. Hayes, Phone: 9186697277, Brian Hutchison, Phone: 9186697426
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: This is a Pre-Solicitation notice. 2. Date: 17 September 2018 3. Contracting Office Address: USACE CEST-CT-E 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 4. Classification Code: Y - Construction of Structures and Facilities 5. Subject Title: Design/Build a Fire Rescue Center - Altus AFB, OK. 6. Solicitation Number: W912BV18R0061 7. Contact(s) Points: Name Bruce Hayes Brian Hutchison Phone 918-669-7277 918-669-7426 Email Bruce.E.Hayes@usace.army.mil Brian.C.Hutchison@usace.army.mil 8. Important: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. 9. Description: The RFP for Phase 1 of this two (2) phase project is expected to be issued on or about the middole of October 2018. The Proposal due date is planned, on or about, 30 November 2018. The North American Industry Code Standard (NAICS) is 236220 -- Commercial and Institutional Building Construction, and the size standard is $36,500,000.00. The planned procurement method is contracting by negotiation. The solicitation utilizes source selection procedures, which require Offerors to submit, in Phase 1 a non-price proposal that includes Specialized Experience, Past Performance, and an Organization and Technical Approach. Phase 2 will be issued only to the most highly qualified proposals selected by Source Selection Authority based on the rating received in Phase 1. The resulting contract is planned to be a firm-fixed price (FFP) contract for the work described in the Statement of Work which will be provided with the solicitation. This is a two-phase, design-build construction project of a fire rescue center which shall be 3,205sm (34,498 sf), consisting of apparatus bays to accommodate fire fighting vehicles and an attached administration, training, and residential facility which contains reinforced concrete foundation and floors, masonry walls and roof system. It includes a minimum of six drive-through vehicle bays, emergency communication center (ECC), training facilities, living quarters with sleeping quarters for a minimum of eighteen personnel, recreation/dining, administration, maintenance, repair, storage, and support areas. The contract will require the contractor to demolish buildings 288, 267 and building 504 (2,229 SM). Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. The objective of the solicitation will be to obtain a new Fire Rescue Center facility that will operate efficiently and serve the mission at Altus Air Force Base, Oklahoma effectively for many years to come. 10. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed at Altus Air Force Base, Oklahoma 73521-0002. 11. Set Aside Status: This procurement has no set aside status. 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.fbo.gov (FBO) when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement. 13. "Disclosure of the Magnitude of Construction Projects" In Accordance with FAR 36-204 and DFARS 236.204, the Construction Cost magnitude for this project is between $10,000,000.00 and $25,000,000.00 which includes all design, non-design, and construction cost for the total contract award. Offerors are under no obligation to approach the maximum cost magnitude given above. 14. Period of Performance (POP): The POP will be determined by both the Contractor and Government during Phase 2. 15. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0061/listing.html)
 
Place of Performance
Address: Altus Air Force Base, Altus AFB, Oklahoma, 73521-0002, United States
Zip Code: 73521-0002
 
Record
SN05091953-W 20180919/180917231012-da06aa23aa2dc513491a3bde4e34b979 (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.