Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2022 SAM #7404
SOLICITATION NOTICE

Y -- Southfield AMSA

Notice Date
3/7/2022 11:33:27 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
W912QR22R0026
 
Response Due
3/22/2022 7:00:00 AM
 
Point of Contact
Adam Wantland, Phone: 5023156197
 
E-Mail Address
adam.m.wantland@usace.army.mil
(adam.m.wantland@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0026 for a construction of a Area Maintenance Support Activity (AMSA) land at the 1LT Robert Poxon Army Reserve Center (ARC) in Southfield, MI. Construct an approximately 16,500 SF Area Maintenance Support Activity (AMSA) on existing government owned land at the 1LT Robert Poxon Army Reserve Center (ARC) in Southfield, MI. Building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Comply with applicable UFCs, installation architectural style, and building codes. Contractor should be familiar with earthwork construction in local areas, masonry structures, structural steel, extension of underground utilities, and connection to existing underground utilities.� Successful bidders shall be familiar with widely accepted and generally acknowledged successful practices for local construction. Options to the contract include the following: Option 1: Loading Dock Option 2: Heavy Duty Asphalt Drive Option 3: Construction: Wash Rack Option 4: OMAR Funded Items for Primary Facility - AMSA Option 5: �Bona Fide Need� OMAR Funded Items for Primary Facility - AMSA Option 6: Concrete MEP Lot Option 7: Design and Construct Commercial Solar Carport(s), 5kW Photovoltaic (PV) System Contract duration is estimated at 540 calendar days from issuance of Notice to Proceed. A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. � SELECTION PROCESS: This is best value trade off procurement. 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. � NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This is a Full and Open procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 March 2022. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted to http://www.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 System for Award Management (SAM) database at http://www.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 SAM website at http://www.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 Adam Wantland at adam.m.wantland@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://sam.gov/opp/02e8f23cfd7048e7b4ba253444468bbb/view)
 
Place of Performance
Address: Southfield, MI, USA
Country: USA
 
Record
SN06258969-F 20220309/220307230055 (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.