SOLICITATION NOTICE
Y -- Renovation of Building 4828 located at Seymour Johnson ARB, NC
- Notice Date
- 6/9/2020 10:08:41 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
- W912QR20R0067
- Archive Date
- 12/31/2020
- 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 Design-Bid-Build (DBB), Request for Proposal (RFP), Solicitation No. W912QR20R0067 for a fully designed renovation of Bldg 4828 located at Seymour Johnson Air Force Base (SJAFB), NC. � The proposed project is to convert an existing maintenance hangar (Bldg. 4828) into an Alternate Mission Equipment (AME) storage building. The project deliver method will be DBB. The total square footage of the renovation is 10,333SF. The interior of the hangar will be renovated to accommodate the storage of Air Transportable Galley/Lavatory (ATGL), seat pallets, engines, and to provide Crash Damage or Disabled Aircraft Recovery (CDDAR) vehicle parking. Other interior renovations will include the immobilizing of the existing hangar doors, adding vehicle/pedestrian doors, and painting the floors with a non-slip chemical resistant coating. Renovations to the building envelope will consist of siding replacement and roof replacement. Site work will entail providing positive drainage around the building. The project work will comply with DOD antiterrorism/force protection requirements per Unified Facilities Criteria and incorporate applicable US Air Force and high performance green building (HPGB) objectives addressing: site design, water use, energy use reduction (per EPAct 2005 and CFR Title 10 Part 433), building commissioning, materials selection, and indoor environmental quality. The Contract Duration is four hundred and fifty (450) 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. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This acquisition will be a General Small Business SET-ASIDE procurement. SELECTION PROCESS: This is a single phase, Design/Bid/Build 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: Volume I - Factor I � Prime Contractor Past Performance, Factor II � Management Plan, and Factor III � Schedule. Volume II � Factor I � Price and 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 $5,000,000 and $10,000,000 in accordance with FAR 36.204.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about June 24, 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 https://www.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 Federal Business Opportunities 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 Federal Business Opportunities 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 https://www.beta.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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/70c9e8965b194b3095b3b717f102ce21/view)
- Place of Performance
- Address: Goldsboro, NC 27531, USA
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN05684530-F 20200611/200609230141 (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 |