Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

54 -- Relocatable Building Presolicitation Notice

Notice Date
5/5/2021 2:43:09 PM
 
Notice Type
Presolicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER21R0007
 
Response Due
5/21/2021 2:00:00 PM
 
Archive Date
06/05/2021
 
Point of Contact
Peter Smith, Phone: 5405426620, Holly K. Watson, Phone: 5406652592
 
E-Mail Address
peter.s.smith@usace.army.mil, Holly.K.Watson@usace.army.mil
(peter.s.smith@usace.army.mil, Holly.K.Watson@usace.army.mil)
 
Description
PRESOLICITATION NOTICE � Synopsis:� This is a pre-solicitation notice for the procurement of relocatable buildings (RLB) located throughout the U.S. Central Command CENTCOM. The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM), is seeking to award a new, fully competed, Indefinite Delivery/Indefinite Quantity (IDIQ) contract under a multiple award contract to provide RLB�s with energy efficient systems (R-20+ walls and R-40 roof envelope assemblies). The acquisition will support the manufacture, shipping, and delivery of RLB units to the locations within the CENTCOM area of responsibility (AOR) as well as the capability to assemble the products on-site, if required to do so. In some cases minor incidental construction may be required.� This incidental construction would primarily be to support site preparation activities and infrastructure, to include (but not limited to) minor demolition, clearing, grubbing, grading, compaction, foundation related work, and utility connections and/or installation of utility tanks or generators for projects that do not have access to public utilities. ���� A. RLB Usage:� RLB usage includes, but is not limited to: Morale Welfare and Recreation (MWR), Religious Services, Theater, Latrine, Shower, Laundry, Housing, Gym, Clinic, Dining Facility (DFAC)/Kitchen, and administrative support.� Sufficient detail will be provided at time of solicitation to ensure proper structural, electrical and drainage design meets the requirement for intended usage. ���� B. Product Development Requirements:� Per UFC 1-201-01 1-7 All products developed under this contract shall be stamped and sealed by licensed professional engineers with at least four years of experience in their relevant discipline (structural, electrical, mechanical, plumbing, fire protection, etc.), and have knowledge and experience with the codes, standards, protocols, and procedures for RLB manufacture and assembly. All products must conform to the requirements of UFC 1-201-01 and attached Specification 13 34 12.10, and any persons working on the development of RLB product data must read and be familiar with the content of those codes and specifications. The RLBs shall be developed and manufactured including but not limited to in compliance with UFC 1-201-01 Chapters 1-4 and 1-7 and 3-2 and 3-3. Facilities must meet or exceed the latest editions of the Department of Defense (DoD) United Facilities Criteria publication UFC 1-201-01, British Standard 7671, and applicable IBC references from the UFC (http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc).� RLB�s must be designed to allow erection by Soldiers, able to be disassembled and shipped, be well insulated, be equipped with low power consumption components (e.g. energy efficient environmental control units (ECUs), light emitting diode (LED) lighting) and other energy efficient technologies.� RLBs will be rapidly deployable, air transportable, simple to ship, easily sustainable, low maintenance, utilize redundant parts, and require minimal spare parts.� They shall be designed and composed of materials that mitigate issues with termites, rot, mildew, mold, and warping.� No stucco or gypsum board will be utilized in any of the RLBs.� ���� C. Location of Performance:� Within the CENTCOM AOR ���� D. Magnitude of Requirement:� The magnitude for this requirement is between $7,000,000.00 and $20,000,000.00. ���� E. Period of Performance (POP): �The POP will be 365 calendar days from Notice to Proceed (NTP) and will have four 365 calendar days option periods. The RLB Solicitation is scheduled for release on or about June 18, 2021.� Proposals will be due on or about July 19, 2021.� Contract award is scheduled on or about November 19, 2021.� The project is classified through the North American Industry Classification System (NAICS) under code 332311 Prefabricated Metal Building and Component Manufacturing with a small business size of 750 employees. Be advised that this is a pre-solicitation notice and is not a request for proposal (RFP), nor does it restrict the Government from utilizing a different acquisition approach to award any or all resultant contracts.� The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. If you have any questions, please email to both Mr. Peter S. Smith at Peter.S.Smith@usace.army.mil and Ms. Holly K. Watson at Holly.K.Watson@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c9bd69e33bae4a7691b04ad912623a68/view)
 
Place of Performance
Address: KWT
Country: KWT
 
Record
SN05992681-F 20210507/210505230116 (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.