Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOLICITATION NOTICE

Z -- Military Equipment Parking (MEP) Lot Addition at Cedar Rapids, IA

Notice Date
1/16/2024 10:46:49 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
W912QR24R0022
 
Response Due
1/31/2024 11:00:00 AM
 
Archive Date
02/15/2024
 
Point of Contact
Jordan T. Lowe
 
E-Mail Address
Jordan.T.Lowe@usace.army.mil
(Jordan.T.Lowe@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0022 for a fully designed construction of a Military Equipment Parking (MEP) area. Provide all labor, material, and equipment necessary to safely construct a fenced and lighted military vehicle parking (MEP) expansion that involves the conversion of a previously undeveloped site into a storage space for military vehicles. The parking results in approximately 8,400 SY of parking area and a total 9,200 SY including an apron and drive. This will include land clearing, paving, fencing, general site improvements and utility connections. The base bid includes only a portion of the MEP being paved with the remainder of the MEP as gravel. The project is anticipated to contain the following options: Extension of the amount of pavement at the MEP approximately 260' beyond the Base Bid Design Extension of the amount of pavement at the MEP to the entire MEP area. 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 236220. The Business Size Standard is $45M. SELECTION PROCESS: This is a Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management plan, and Price and ProForma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors,�other than price, when combined, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5 million and $10 million in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 February 2024. Details regarding Optional Site Visits will be included in the solicitation. Actual dates, times, andbase access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at sam.gov website,https://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.sam.gov website at https://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 anactive 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, Jordan Lowe, at jordan.t.lowe@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/f9e4ac544ee548638890f7c54f86c399/view)
 
Place of Performance
Address: Cedar Rapids, IA, USA
Country: USA
 
Record
SN06936029-F 20240118/240116230043 (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.