Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

Y -- Pre-Solicitation Notice - Advanced Skills Trainee Barracks - Parks Reserve Forces Training Area, California

Notice Date
2/4/2025 8:30:42 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
W912QR25R0028
 
Response Due
2/20/2025 8:59:00 PM
 
Archive Date
03/07/2025
 
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 Total Small Business Set-Aside solicitation (W912QR25R0028) for the construction of the Advanced Skills Trainee Barracks located Parks Reserve Forces Training Area, California. This is a Design/Bid/Build project for the construction of a 45,000 SF Barracks to support the Non-Commissioned Officers Academy (NCOA) and 80th Training Command Total Army School System (TASS). Primary facilities include a permanently constructed barracks building with two and three person rooms to house students attending both schools. The project will include information systems, fire protection and alarm systems, video surveillance system, energy monitoring control systems connection, electrical, plumbing, heating, ventilation, and air conditioning. Supporting facilities include site development, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Sustainability, energy, and cyber security measures will be provided as will furnishings, equipment, and accessibility for the disabled. Antiterrorism force protection physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Facilities will be designed to a minimum life of 40 years in accordance with DoD Unified Facilities Criteria 1-200-02 including energy efficiencies, building envelope and integrated building systems performance. The Contract Duration is estimated at 1,000 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. TYPE OF SET-ASIDE: This acquisition is a Total Small Business Set-Aside procurement. SELECTION PROCESS: This is a Design/Bid/Build procurement, Source Selection Best Value Trade-Off. 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 $25,000,000 and $100,000,000, in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 25 February 2025. 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 are not required. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28a5d9594f32457b8559c7c62e0309b1/view)
 
Place of Performance
Address: Dublin, CA, USA
Country: USA
 
Record
SN07331988-F 20250206/250204230031 (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.