SOLICITATION NOTICE
Y -- Tinker AFB, 10th Flight Test Squadron Operations Building - Pre-solicitation
- Notice Date
- 2/6/2024 7:22:41 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
- W912QR24B0003
- Response Due
- 2/21/2024 1:00:00 PM
- Archive Date
- 03/07/2024
- Point of Contact
- Ryan King
- E-Mail Address
-
ryan.m.king2@usace.army.mil
(ryan.m.king2@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION:��The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue an Invitation for Bid (IFB) W912QR24B0003�for the construction of the 10th Flight Test Squadron Operations Building, located at Tinker Air Force Base, OK, for the U.S. Air Force Reserves. �This project is a Design/Bid/Build project to Construct a 15,200 Square Feet (SF) Squadron Operations Building. The facility will be constructed of reinforced concrete foundation and floors, roof, fire protection, HVAC systems, utilities, and other support as required to provide a complete and usable The facility will contain administrative offices to support command staff, office space and lounge areas for aircrew, restrooms, lockers and shower areas, a storage area for aircrew flight equipment, and a conference/classroom/testing area. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200- 02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The Contract Duration is estimated at 480 calendar days from Contract Award. TYPE OF CONTRACT AND NAICS:��This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. �The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE:��This acquisition will be a Total Small Business SET-ASIDE procurement. SELECTION PROCESS:��This is a Design/Bid/Build procurement, Invitation For Bid, sealed bid. 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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204.� ANTICIPATED SOLICITATION RELEASE DATE:��The Government anticipates releasing the solicitation on or about 21 February 2024. �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 https://sam.gov. SOLICITATION WEBSITES:��The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/.� 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 at https://sam.gov. �Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading.� This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors� responsibility to check the websites 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 Ryan King, at ryan.m.king2@usace.army.mil �� This announcement serves as the Advance Notice for this project.� Responses to this synopsis is not required.� PARTNERING WITH US: �https://www.usace.army.mil/Business-With-Us/Partnering/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e52e7eee7674389ba7103ecc5d60b81/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN06956308-F 20240208/240206230045 (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 |