Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2022 SAM #7434
SOLICITATION NOTICE

Z -- Rickenbacker ARC FFR

Notice Date
4/6/2022 1:36:49 PM
 
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
W912QR22R0057
 
Response Due
4/21/2022 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)
 
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 Request for Proposal (RFP) W912QR22R0057 for a Renovation and Repair of an existing Army Reserve Center (ARC) and site at Columbus, OH.� This will be a Design/Build project to renovate approximate 50,000 SF of the existing 100,000 SF warehouse building.� The project consists of repair and renovation of the 300-member Army Reserve Center (ARC) portion of the building and other areas within the warehouse portion.� The Reserve Center will be completely revitalized to include all interior spaces, roof; heating, ventilation, and air conditioning (HVAC); and plumbing, mechanical, security, communication, data and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided.� Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design.� Sustainability/Energy measures will be provided. Facilities will be designed according to the US Army Reserve Pamphlet, and to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The options for the project have not been determined.� These will be determined by Phase II. The Contract Duration is estimated at 700 calendar days. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10.0 million and $25.0 million in accordance with DFARS 236.204.� SELECTION PROCESS: This is a TWO-phase procurement.� The Phase I & Phase II 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 Phase I proposal for this procurement, at a minimum, may consist of the following: �Prime Contractor & Designer of Record Past Performance and Technical Approach. If downselected from Phase I, the Phase II proposal for this procurement, at a minimum, may consist of the following:� Design Drawings, design narrative and Price. �� Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. �All evaluation factors when combined are considered equal to 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. � NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $39.5M. TYPE OF SET-ASIDE: This acquisition will be a (Small Business � Set Aside). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 30 APR 2022. �Details regarding the Optional Site Visit (during Phase II) 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 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 Federal Business Opportunities website, 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 Federal Business Opportunities 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 Contract Specialist, 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/bf1daa08bbad4cbe90ccfd0c63e90f30/view)
 
Place of Performance
Address: Columbus, OH, USA
Country: USA
 
Record
SN06291011-F 20220408/220406230105 (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.