Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOLICITATION NOTICE

Y -- Construction of WPAFB AIMR-2C Addition (Bldg. 653)

Notice Date
1/10/2025 6:06:21 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
W912QR25R0004
 
Response Due
1/10/2025 10:00:00 AM
 
Archive Date
01/10/2026
 
Point of Contact
JACOB PRIDEMORE, Phone: 5023156228, PATRICK DUGGINS, Phone: 5023156597
 
E-Mail Address
jacob.s.pridemore@usace.army.mil, PATRICK.J.DUGGINS@USACE.ARMY.MIL
(jacob.s.pridemore@usace.army.mil, PATRICK.J.DUGGINS@USACE.ARMY.MIL)
 
Awardee
null
 
Description
***AMENDMENT 0001 - See attached document for Amendment 0001. ------------------------------------------------------------------------- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District has issued Request for Proposal (RFP) Solicitation W912QR-25-R-0004 for the Design-Build new construction and renovation of the Artificial Intelligence & Machine Research Cetner Capability (AIMR-2C), Building 653, Wright-Patterson Airforce Base (WPAFB), Ohio. Construction of a Two Story, approximately 6,000 square foot addition, as well as repairs to Facility 20653 to support Artificial Intelligence & Machine Research Center Capability (AIMR-2C). An existing corridor between 20653 and 20654 is to remain. The lower level will include access to the existing basement in 20653. Repairs include necessary HVAC, life safety systems, plumbing and utility alterations to accommodate connections from facility 20653 to the new addition. Minimal alterations will also be needed to the existing facility to allow entry into the new addition from facility 20653 at the ground and 1st Floor levels. A portion of the existing corridor connecting facility 20653 and 20654 will require reconfiguration repairs to accommodate the new addition. Additional work is required to relocate an existing concrete handicap ramp and repair spalling concrete on one of the corridor support columns. The Contract Duration is at five hundred and thirty-one (531) calendar days from Contract Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP is 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 is a Full & Open competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Two-Phase Best Value Tradeoff Source Selection process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held for those Contractor(s) selected for the Phase II amendment. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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 Contract Specialist, Jacob S. Pridemore, at Jacob.S.Pridemore@usace.army.mil or 502-315-6228.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74642967c1b14ead9047c6538e8e6666/view)
 
Place of Performance
Address: 45324
Zip Code: 45324
 
Record
SN07309725-F 20250112/250110230105 (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.