SOLICITATION NOTICE
Y -- W912HN23B4000 Repair TBUP Building 399 Sections E & F Fort Moore, Georgia
- Notice Date
- 5/16/2023 1:49:57 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN23B4000
- Response Due
- 6/1/2023 2:00:00 PM
- Point of Contact
- Shermaine Malone, Phone: 9125615165, Gregory Graham, Phone: 9126525476
- E-Mail Address
-
Shermaine.D.Malone@usace.army.mil, gregory.m.graham@usace.army.mil
(Shermaine.D.Malone@usace.army.mil, gregory.m.graham@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice Synopsis for W912HN23B4000 Project Number: 90737 Repair TBUP Building 399 Sections E & F Fort Moore, Georgia The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN23B4000 for Project Number: 90737, Repair TBUP Building 399 Sections E & F Fort Moore, Georgia Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract. Type of Contract & NAICS:� This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, with size standard of $45M. Type of Set-Aside:� This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code identified above. Construction Magnitude:� In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25M-$100M. Anticipated Solicitation Release Date:� The Government anticipates releasing the solicitation on or about 1 June 2023 and approximate closing date is on or about 30 June 2023.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Period of Performance:� The period of performance including all options is 720 Calendar Days after the issuance of the notice to proceed. Project scope:� The repair/replace to include exterior walls, windows, fire protection, interior walls, doors, insulation, interior finish, finish floors, ceilings, plumbing, HVAC, HVAC controls, electrical, building information systems, site utilities, and parking lot. Includes demolition necessary to allow for the repairs, HAZMAT and asbestos abatement, and other associated equipment will be replaced or installed in order to bring the failed and failing systems to proper operation. This project has been fully designed, and the complete set of drawings and technical specifications will be provided at solicitation issuance. Solicitation Website:� The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations:� System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts:� For this acquisition, the contracting officer is Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil, and the Contract Specialist is MSG (Mr.)Shermaine Malone, whose e-mail address is shermaine.d.malone@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd74a9c231044e82b4387ca4e2233ed1/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06683854-F 20230518/230517212022 (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 |