SOLICITATION NOTICE
Z -- DLA-Letterkenny Army Depot Disposition Services Warehouse Renovation
- Notice Date
- 12/18/2023 3:26:43 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW24R0008
- Response Due
- 1/2/2024 10:00:00 AM
- Archive Date
- 01/17/2024
- Point of Contact
- Cassandra Gonzalez, Phone: 2063163877, Curt Stepp, Phone: 2067646805
- E-Mail Address
-
cassandra.p.gonzalez@usace.army.mil, curt.d.stepp@usace.army.mil
(cassandra.p.gonzalez@usace.army.mil, curt.d.stepp@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Construction of DLA-Letterkenny Army Depot Disposition Services Warehouse Renovation Letterkenny, Pennsylvania. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW-24-R-0008. The project intends to upgrade, renovate, and install equipment at Warehouses 2274, 2275. 2276 located at Letterkenny Army Depot, Pennsylvania. This Request for Proposal (RFP) is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. In accordance with FAR 36.204, construction magnitude is estimated to be in the range of $1,000,000 to $5,000,000. 100 percent payment and performance bonds will be required. The project intends to upgrade, renovate, and install equipment at Warehouses 2274, 2275. 2276 located at Letterkenny Army Depot, Pennsylvania. The work generally includes renovating warehouses 2274, 2275, and 2276 and constructing a three-sided structure with two dock doors and concrete loading ramps. The warehouses were constructed in multiple phases from the mid-1990s to early 2000s. The specific scope includes, but is not limited to: � a. Remove, store, and reinstall racks, guardrails, and column protectors in all warehouses � b. Reposition existing light fixtures in all warehouses. � c. Diamond polish concrete slabs and provide required floor markings in all warehouses. � d. Install power pole mounted transformer, primary/secondary electrical service, and extend Information Technology cables within warehouse 2275. � e. Construct unisex bathroom in warehouse 2275. � f. Construct/install high-bay warehouses doors in 2275 (2 ea.) and 2276 (1 ea.) � g. Construct three-sided structure between warehouses 2275 and 2276 to include two dock doors and loading/unloading ramps. � h. Demolish and Construct security fence and non-load bearing wall in warehouse 2276. Proposal Evaluation: The Government anticipates using the procedures in FAR Part 15.3 �Source Selection� under competitive negotiated proceedings to select the Offeror that represent the best value to the Government. Award of the contract will be made to the technically acceptable responsible Offeror submitting the lowest priced offer (based on the total of all line items on the Price Schedule) � Tradeoff process in accordance with Federal Acquisition Regulation (FAR) 15.101-1. All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT 09 January 2024 the solicitation documents for this project will be available via the website www.SAM.gov under Contract Opportunities W912DW-24-R-0008. Your firm must be registered with www.SAM.gov to download the solicitation documents. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through www.SAM.gov. Offerors are responsible for checking www.SAM.gov frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.SAM.gov and add the solicitation to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: � PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user�s email address in PIEE must match the email address on file in SAM.gov. � PIEE Solicitation Module_ Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select �Solicitation Module� -- �Proposals (Offers)� � �Posting Offer�) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Cassandra Gonzalez at Cassandra.p.gonzalez@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb7e12078a0e485ea3f699b12a39c41a/view)
- Place of Performance
- Address: Chambersburg, PA 17201, USA
- Zip Code: 17201
- Country: USA
- Zip Code: 17201
- Record
- SN06915472-F 20231220/231218230041 (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 |