Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2022 SAM #7483
SOLICITATION NOTICE

Z -- JBMDL Barracks 5502

Notice Date
5/25/2022 5:44:10 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
W912QR22R0061
 
Response Due
6/9/2022 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) W912QR22R0061 for the Full Facility Restoration (FFR) of a three-story Transient Troops (TT) barracks, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey.� The TT barracks includes approximately 39,770 square feet of usable floor space.� The project involves the modernization of an existing concrete framed and CMU Walled barracks with attached kitchen and dining facility in the hammerhead.� External improvements will include a new roof, new windows, and a mow strip. �Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities.� The HVAC system will be required to have individual room controls.� Bathrooms will require new fixtures, showers, and toilets. �Additional interior improvements may include new or replacement floor coverings, new or replacement wall coverings, and new or replacement ceiling systems.� Supporting facilities include land clearing, paving, general site improvements, and utility connections.� �Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas.�� Sustainability/Energy measures are included.� � The project will contain the following options: 1) OMAR Bona Fide Need Equipment; 2) Entry Canopies; 2) Fire Pump; 4) Repave Basketball Court; 5) Paved Driveway; The Contract Duration is seven hundred twenty (720) 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 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Full and Open competitive procurement.� SELECTION PROCESS: The proposals will be evaluated using a Best Value Tradeoff source selection process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be range from $10,000,000 to $25,000,000 in accordance with FAR 36.204. The target ceiling for this contract is approximately $10,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 9 June 2022 and approximate closing date on or about 12 July 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. PRE-PROPOSAL CONFERENCE:� A pre-proposal conference will be held following the issuance of the Phase II solicitation to the Offerors selected to move forward.� The exact location and time will be included in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only 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. Amendments, if/when issued, will be posted to the 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f73db05078e8476fb1a20dd2e74bc4ad/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN06338334-F 20220527/220526100758 (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.