SOLICITATION NOTICE
Y -- UEPH Fort Hood, 69 ADA Division
- Notice Date
- 11/21/2022 7:20:31 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G23R4941
- Archive Date
- 02/01/2023
- Point of Contact
- Rodney D Alexander, Phone: 8178861090, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
Rodney.Alexander2@usace.army.mil, matthew.s.dickson@usace.army.mil
(Rodney.Alexander2@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL Unaccompanied Enlisted Personnel Housing (UEPH) Fort Hood 69th ADA Division, Fort Hood, TX GENERAL INFORMATION: The proposed project will be an unrestricted acquisition to design and construct a new Unaccompanied Enlisted Personnel Housing (UEPH) facilities at Fort Hood, Texas. The North American Industrial Classification System code is 236220, which has a size standard of $39,500,000. The proposed project will be a competitive, firm-fixed price, Design-Build contract. Magnitude of Construction is between $25 Million and $100 Million The solicitation (Phase 1) is anticipated to be issued on or about 18 January 2023, and proposals due on 18 February 2023. The contract is anticipated to be awarded in September 2023 To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at h ttps://www.sam.gov/. No state level certifications will be accepted. PROJECT INFORMATION: � The project will design and construct a new Unaccompanied Enlisted Personnel Housing (UEPH) Facilities. This project type is to house single soldiers and is intended to be similar both functionally and technically to similar housing in the private sector community surrounding the installation. Maximum Number of single personnel to be housed is 250 with a maximum gross area of 94,500 square feet. Also included are all site improvements necessary to support the new building facilities. Site is approximately 13.8 acres. Primary facility includes Intrusion Detection System (IDS), building information systems, fire alarm and fire suppression systems, and connection to Energy Management Control System (EMCS). Special foundations are required due to expansive soils. Antiterrorism/Force Protection This solicitation will be evaluated under the Two-Phase Design Build Process in accordance with FAR 36.3-Two- Phase Design-Build Selection Procedures. In Phase 1, interested firms or joint venture entities (referred to as ""Offerors"") will submit a proposal demonstrating their past performance and capability to successfully execute this requirement. The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select no more than three (3) of the Phase 1 offerors to compete in Phase 2. In Phase 2, the selected offerors will submit a technical proposal and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal are determined to represent the overall ""best value"" to the Government, considering all technical and non-technical factors including cost or price identified under Phases 1 and 2. Anticipated project completion is 540 days from Notice to Proceed � The Primary Point of Contract for this project is Rodney Alexander, Contract Specialist, 817-886-1090, email is rodney.d.alexander@usace.army.mil. All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: � https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: � https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a government contract award. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation.� THIS IS NOT A REQUEST FOR PROPOSAL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0413d0f9a8a8484d8d697306d4eeba81/view)
- Place of Performance
- Address: Killeen, TX 76543, USA
- Zip Code: 76543
- Country: USA
- Zip Code: 76543
- Record
- SN06523304-F 20221123/221122211830 (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 |