Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

Z -- Full Facility Restoration (FFR) project of building 295 located at Fort Hunter Liggett, CA

Notice Date
2/26/2020 1:01:07 PM
 
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
W912QR20R0043
 
Archive Date
09/30/2020
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). �W912QR20R0043 for the Full Facility Restoration (FFR) project of building 295 located at Fort Hunter Liggett, CA. This project is a Full Facility Restoration (FFR) project of barracks building 295 located at Fort Hunter Liggett, CA. The design/build barracks renovation project comprises a total of approximately 46,415 square feet. Required improvements include repair, replacement, or installation of interior walls, doors, flooring, windows, window frames and ceilings; structural modifications/strengthening; replacement/addition of plumbing fixtures, piping, and equipment; installation and/or replacement of mechanical equipment; replacement/installation of fire suppression sprinkler system, replacement/installation of the fire alarm system/mass notification system; installation of lighting and upgrade interior electrical service; replacement/installation of information systems; repair of exterior wall finish, repair of downspout/gutters, replace roofing, modify/replace exterior doors and door openings, and replace exterior signage; removal of lead based paint and asbestos as necessary. The project will contain the following options: 1) Collateral equipment funded items; and 2) Collateral Equipment Bona Fide Need Items. The Contract Duration is seven hundred and twenty (720) 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. TYPE OF SET-ASIDE: This is a full and open procurement. In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation. SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government. 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 $10.0 million and $25.0 million in accordance with DFARS 236.204.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 March 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 Beta.SAM.gov SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, Beta.SAM.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 Beta.SAM.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/7ef41136c7124898b858d0c0d2a9d955/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05573111-F 20200228/200226230256 (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 |
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.