Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOLICITATION NOTICE

Y -- W912QR24R0071 - SECURITY FORCES TRAINING FACILITY - DOBBINS AIR RESERVE BASE, GA

Notice Date
8/1/2024 9:21:14 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR24R0071
 
Response Due
9/3/2024 11:00:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Ryan King, Phone: 5023156348
 
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)
 
Awardee
null
 
Description
DESCRIPTION: Request for Proposal (RFP) solicitation (W912QR24R0071) for a Total Small Business Set-Aside on the construction of the Security Forces Training Facility, located at Dobbins Air Reserve Base, Georgia. This is a Design-Bid-Build (D/B/B) project to construct a 21,464 SF Security Forces Training Facility consisting of training, Base Operating Support (BOS)/administrative space, and storage. Project will include reinforced concrete foundation, concrete slab, reinforced masonry or concrete walls, energy efficient roofing, electrical, HVAC, plumbing/restrooms, site improvements, access road/parking, fire detection/protection, communications/MNS, and all necessary supporting facilities, utilities, and controls for a complete and usable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements, installation architectural standards, and local building codes. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Air Conditioning: 57 TonsThe contract duration is estimated at 810 calendar days from contract award.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 - Commercial and Institutional Building Construction. The business size standard is $45M.TYPE OF SET-ASIDE: This acquisition is a Total Small Business Set-Aside. SELECTION PROCESS: This is a Single-Phase Procurement. The proposals will be evaluated using a Best Value Trade-Off source selection process. Past performance and technical information contained in the Offerors 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 approach, Schedule Narrative, 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 price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Governments 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. 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22c74563e7a741b688701a2649c6f1ee/view)
 
Record
SN07152592-F 20240803/240801230148 (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.