Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

Z -- Renovation of Hangar 750

Notice Date
5/6/2021 8:59:41 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
W912QR21R0052
 
Archive Date
06/30/2021
 
Point of Contact
Levi Speth
 
E-Mail Address
levi.r.speth@usace.army.mil
(levi.r.speth@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). �W912QR21R0052 for the Renovation of Hangar 750 for 920 Row at B750 Redstone Road, Patrick Air Force Base, Florida 32925. This project is to repair, modernize and properly configure this 80-year-old hangar facility (B750) to support the current needs of 920th multi-maintenance and administrative functions. Major features of work include - HVAC systems removal and replace. Renovation of restrooms. Remove all unnecessary interior walls to provide a code compliant open-office concept, replacing flooring, stair treads, and ceiling tile. Repaint all interior walls, and replace light fixtures, ducts. Include additional communication/electrical outlets as required. Reconfigure and replace interior utilities such as power, lighting, plumbing and fixtures, HVAC, fire suppression, and communications support. Balance HVAC system upon completion of the project. Install bird netting, install high capacity fans, and paint/seal floor in the bay area. Paint exterior. Provide elevator on north side for code compliance. Replace both the East and West hangar doors. Replace the roof with a standing seam metal roof. Complete the fire hydrant line loop around the hangar footprint. Expand shop footprint to the south by 3,100SF (New Work). Include space in Mech rooms for dehumidification equipment. Total renovation square footage is approximately 71,624SF. Total new work/ expansion square footage is 3,100SF. The project is anticipated to contain the options that will be listed in the Price Breakout Schedule of the resulting solicitation. The Contract Duration is six hundred eighty (680) calendar days from Contract 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 with HUBZone price evaluation preference. 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 million and $25.0 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 28 May 2021. �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 Levi Speth at Levi.R.Speth@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/680f2af76167413c8e991ac827d0c480/view)
 
Place of Performance
Address: FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05993887-F 20210508/210506230115 (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.