SOLICITATION NOTICE
Z -- Design/Build of the Hewgley Army Reserve Center Telecommunications Infrastructure Repair by Replacement, Knoxville, TN
- Notice Date
- 5/23/2024 1:38:53 PM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR24R0057
- Response Due
- 6/14/2024 8:55:00 PM
- Archive Date
- 06/29/2024
- Point of Contact
- Bonny Dylewski
- E-Mail Address
-
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0057�for the upgrade of existing facilities IT network infrastructure (50,000 SF) at the Isham C. Hewgley United States Army Reserve Center (ARC) campus in Knoxville, TN. �There are two (2) buildings on this site. Some rooms may need to be constructed in the facilities to support the IT requirements. The project will include design of the facilities to meet current specifications to meet current IT infrastructure requirements. Inside and outside plant upgrades may be necessary. After design is complete, the contractor will then need to upgrade the infrastructure in the facility while keeping the buildings fully operational.��The Contract Duration is estimated at 490 calendar days from Contract Award. TYPE OF CONTRACT: �This RFP will be for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industrial Classification System Code (NAICS) for this effort is 238210 � Electrical Contractors and Other Wiring Installation Contractors.� The Small Business Size Standard is $19M. TYPE OF SET-ASIDE:��Total Small Business SET-ASIDE procurement. SELECTION PROCESS:��This is a single-phase procurement.� The proposals will be evaluated using a Best Value Trade-Off source selection process. �The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.� Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 of the Solicitation, for review and consideration by the Government.� The proposal for this procurement, at a minimum, will consist of the following: �Past Performance (Prime Contractor and A/E Designer of Record), Technical, and Price. �Pro Forma Information such as bonding and financial capability and the Standard Form (SF) 1442 will also be required to meet the minimum requirements of the solicitation. �All evaluation factors, other than price, when combined, are considered more important than cost or price. � 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 $1,000,000 and $5,000,000 in accordance with FAR 36.204.� The target ceiling for this contract is approximately $1,500,000.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE:��The Government anticipates releasing the solicitation on or about 14 June 2024. �Details regarding the Optional Site Visit (including the actual date and time) will be included 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 Bonny Dylewski, at bonny.c.dylewski@usace.army.mil. �� This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.� PARTNERING WITH US: �https://www.usace.army.mil/Business-With-Us/Partnering/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/93bf5ba0f60544e1b56b608843671f3c/view)
- Place of Performance
- Address: Knoxville, TN 37909, USA
- Zip Code: 37909
- Country: USA
- Zip Code: 37909
- Record
- SN07075208-F 20240525/240523230058 (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 |