Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOLICITATION NOTICE

Y -- ARMY PREPOSITIONED STOCKS-2 (APS-2) WHOLE BUILDING 50035 RENOVATION, ZUTENDAAL, BELGIUM

Notice Date
5/14/2021 4:54:30 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB21R0028
 
Response Due
5/28/2021 3:00:00 AM
 
Archive Date
06/12/2021
 
Point of Contact
Lorraine Laurente, Leah Caldwell
 
E-Mail Address
lorraine.q.laurente@usace.army.mil, leah.m.caldwell2@usace.army.mil
(lorraine.q.laurente@usace.army.mil, leah.m.caldwell2@usace.army.mil)
 
Description
PRESOLICITATION NOTICE for W912GB21R0028: ARMY PREPOSITIONED STOCKS-2 (APS-2) WHOLE BUILDING 50035 RENOVATION, ZUTENDAAL, BELGIUM ANTICIPATED PROJECT TITLE: Army Prepositioned Stocked-2 (APS-2), Whole Building 50035 Renovation, Zutendaal, Belgium AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) NAICS: �236220, Commercial and Institutional Building Construction PLACE OF PERFORMANCE: �Zutendaal, Belgium SOLICITATION NUMBER: W912GB21R0028 TYPE OF CONTRACT: The USACE NAU anticipates soliciting and awarding a stand-alone Design-Bid-Build (DBB) Firm Fixed-Price (FFP) contract for the renovation of an existing maintenance facility (Building 50035). The construction completion period is anticipated to be 365 calendar days after the Contractor receives the Notice to Proceed for the basic work. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. DESCRIPTION OF WORK: Renovation of a single-story warehouse, 3,761 square meters (40,481 square feet), built as a temporary structure in the early 1980s. The building is currently occupied by the Belgian Ministry of Defense (BMoD) and being utilized as administrative file storage. The proposed project renovates existing 3,761 m2 space and modifications to the surrounding site and utility infrastructure. The project requires the facility to be repurposed from a vehicle storage warehouse to a medical supply storage warehouse. Once complete, the warehouse shall contain spaces for medical supply storage (including climate and humidity-controlled storage, refrigerated storage, and vault storage), medical equipment maintenance, tool rooms, and administrative offices. Furthermore, the design is to include demolition of existing dehumidification equipment, re-skin the building with insulated panels, replace lighting (with LED lights), design of new HVAC system (including radiant heating), electrical design and upgrades to support medical-grade equipment/containers, and install fire alarm/suppression, Intrusion Detection System (IDS), Uninterrupted Power Supply (UPS), backup generator, and CCTV. SELECTION PROCESS: The Government intends to select a contractor for award using a receipt of proposals best value trade-off acquisition method.� This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. DISCLOSURE OF MAGNITUDE: The estimated magnitude of construction is between $8,000,000 and $12,000,000. SOLICITATION WEBSITE: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this, or any U.S. Government contract. Solicitation documents, plans and specifications will only be available via Beta.Sam.gov (https://beta.sam.gov/) website. The solicitation will be available only as a direct download. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 11 June 2021. The Government intends to award the contract by 15 September 2021. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror(s) by the Government. POINTS-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation.� The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Lorraine Laurente, at lorraine.q.laurente@usace.army.mil �and Contracting Officer, Leah Caldwell, at leah.m.caldwell2@usace.army.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/306cfe7972e94ee2a32d4efea5908d04/view)
 
Place of Performance
Address: BEL
Country: BEL
 
Record
SN06002469-F 20210516/210514230117 (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.