Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2020 SAM #6698
SOLICITATION NOTICE

Z -- Full Facility Restoration of Rickenbacker ARC

Notice Date
3/30/2020 12:21:01 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
W912QR20R0041
 
Archive Date
10/15/2020
 
Point of Contact
Joshua A. Gitchel, Phone: 5023156196
 
E-Mail Address
joshua.gitchel@usace.army.mil
(joshua.gitchel@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) W912QR20R0041 for the Rickenbacker Army Reserve Center Full Facility Restoration to be constructed at Rickenbacker Air National Guard Base, Ohio. This work includes, but is not limited to, complete design effort, complete interior renovation of approximately 49,309 square foot including reconfiguration of existing interior partitions, replacement of all interior finishes including flooring, ceiling and paint; replacement of HVAC system, electrical distribution and lighting, communication infrastructure and fire suppression and alarms. Supporting facilities include minor clearing/grubbing, grading, limited exterior paving and utility connections. The project contains bid options such as: Furniture & Equipment, Storage Cages. The Contract Duration is seven hundred thirty (730) 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. TYPE OF SET-ASIDE: This acquisition will be Small Business Set Aside Competition procurement. SELECTION PROCESS: Trade off analysis by the 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 ($10,000,000 and $25,000,000), in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about April 15, 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 Governmentwide Point of Entry (GPE) website, https://www.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 GPE website at https://www.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, Josh Gitchel at joshua.a.gitchel@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/1c00c552bd6240eaa21298d10bd86892/view)
 
Place of Performance
Address: Columbus, OH 43217, USA
Zip Code: 43217
Country: USA
 
Record
SN05604284-F 20200401/200330230143 (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.