Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOLICITATION NOTICE

Y -- Equipment Concentration Site (ECS) Warehouse at the Yakima Training Center

Notice Date
11/30/2023 4:18:50 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR24R0005
 
Response Due
11/24/2023 12:00:00 PM
 
Archive Date
12/09/2023
 
Point of Contact
Lindsay B Lawrence
 
E-Mail Address
Lindsay.B.Lawrence@usace.army.mil
(Lindsay.B.Lawrence@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0005 for the Yakima Training Center ECS Warehouse. Primary facilities for Equipment Concentration Site (ECS)-10 include the construction of a Warehouse for pallet rack storage of equipment. The Warehouse will be 50,000 SF of permanent construction, with reinforced concrete foundations and minimum 8� concrete slab, structural steel framing, ICF walls and/or insulated steel panel walls, standing seam metal roof, appropriate HVAC, mechanical and plumbing systems, one oil-water separator, fire sprinkler system, electrical and data systems, and security system. The Warehouse will provide interior three-high pallet rack shelving, forklift circulation, staging, drive-through vehicle commitment area, reinforced concrete vault for storing sensitive items (NVDs and weapons), administration area, administration support, classroom/break room, latrines, telephone/data room, and an exterior covered three-high pallet rack shelving area with concrete aprons. Supporting facilities will include heavy duty road asphalt for 8th Avenue extension, asphalt parking area for personal vehicles, general site improvements, and extension of utilities to serve the project. Physical security measures will be incorporated into the design, including maximum standoff distances from roads, parking areas, and vehicle load/unload areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainability/Energy measures will be provided. Facilities will be designed 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. This project will be funded subject to available funds using FY 2023 MILCON, Army Reserve funds. This project has been reviewed by the 88th RD Directorate of Public Works and found to be technically sufficient. 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.� TYPE OF SET-ASIDE: This is a full and open procurement.� In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation. SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government. 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10 million and $25 million in accordance with DFARS 236.204.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about December 01, 2023. �Details regarding the Optional Site Visit 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 SAM.gov. SITE VISIT INFORMATION: Due to the potential for severe winter weather, USACE is offering a Pre-Solicitation Site Visit on Wednesday 29 November 2023 at 0900 Pacific time. Pre-Solicitation Site Visit Instructions: Wednesday, 29 November 2023 @ 0900 Pacific time.� The YTC Access Roster is attached. Contractors needs to have their YTC Access Roster form submitted to the Point of Contact (POC), Mr. Rob Didenhover, via email at Robert.T.Didenhover@usace.army.mil no later than 12:00 PM Pacific Time Thursday, 21 November 2023 to ensure there is enough time for the base to review/approve the access request. To gain access to the base, contractors will need to comply with the list of acceptable documents per the list of acceptable documents also included as a separate attachment to the solicitation. Participants will meet at: USACE Building 301 970 Firing Center Rd Yakima, WA 98901 *Contractors are highly encouraged to attend the Pre-Solicitation Site Visit. A second site visit is scheduled for Tuesday, 14 December 2023 and details will be available in the official solicitation. However, if severe winter weather causes a cancellation, the Dec. 14th visit will not be rescheduled. * SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, 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 System for Award Management website at 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, Lindsay Lawrence; Lindsay.B.Lawrence@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/e5892ac55b8d488089d1bfb5d0601081/view)
 
Place of Performance
Address: Yakima, WA, USA
Country: USA
 
Record
SN06898945-F 20231202/231130230047 (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.