SOLICITATION NOTICE
Y -- Renovation of Facility 5247 for the 47th Fighter Squadron located at Davis Mothan AFB, Arizona
- Notice Date
- 1/29/2020 5:37:08 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- w912qr20r0030
- Archive Date
- 04/15/2020
- Point of Contact
- Glenn W. Moon, Phone: 5023156177
- E-Mail Address
-
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0030 to construct a complete interior renovation of admin/office space, bathrooms, locker rooms, heritage room, intel vault & offices, briefing rooms, pilot library and study center and life support section (AFE). Demolish and reconfigure interior of Facility 5247 (47th Fighter Squadron facility).� Demolish and replace HVAC/mechanical systems, electrical systems, interior & exterior lighting, fire protection, communications, plumbing, interior finishes and standing seam roofing system. Convert all interior & exterior lighting from T8 fluorescent to LED light fixtures. Install HVAC System with environmentally friendly R-410a refrigerant.� Also, construct a 1,460 SF addition to Facility 5247 including reinforced� concrete� footing� and� floor slab,� steel� framing, masonry� walls,� matching� standing� seam� metal� roof,� mechanical/HVAC,� electrical,� fire protection, utilities, and all necessary support.� Demolish existing 426 SF metal canopy and replace with new 1200 SF metal canopy connected to B5247.� Provide temporary swing space for building occupants during construction.� The facility shall be compatible with applicable DoD, Air Force, Air Force Reserve Command and base design standards.� In� addition,� local� materials� and� construction� techniques� shall� be� used� where� cost� effective.� Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01. The project is anticipated to contain options such as: Canopy Addition with Shed Roof, Canopy Addition with Hipped Roof, Lightning Protection, Cleaning and minor exterior repair, Swing Space, Utilities and Site Preparation for Swing Space, Furniture, Fixtures and Equipment, Physical Security-Gates & Boulders, and Roof Decking Replacement. The Contract Duration is 420 calendar days from issuance of 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 a Small Business Set Aside. SELECTION PROCESS: This is a single phase procurement.� The proposals will be evaluated using a Best Value Trade Off source selection 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, and Price. �Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. �All evaluation factors, other than price, when combined, are considered 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 $1.0 Million and $5.0 Million in accordance with FAR 36.204. The target ceiling for this contract is approximately $4,500,000. The Government cannot guarantee an award above this amount.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10 February 2020. Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found 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 Contract Specialist, Glenn Moon, at Glenn.w.moon@usace.army.mil. �This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2dbbedac70a6488aaa846dac46bd970a/view)
- Place of Performance
- Address: Tucson, AZ, USA
- Country: USA
- Country: USA
- Record
- SN05546451-F 20200131/200129230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |