Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2014 FBO #4533
SOLICITATION NOTICE

Y -- Construction of a New 600-Member Army Reserve Center (ARC) located in Tustin, Orange County, CA

Notice Date
4/21/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-14-R-0037
 
Response Due
6/6/2014
 
Archive Date
7/6/2014
 
Point of Contact
Tom Dickert, (502) 315-6177
 
E-Mail Address
USACE District, Louisville
(tom.e.dickert@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This project consists of the construction of a new 600-member Army Reserve Center (ARC) training building (68,969 SF), an Organizational Maintenance Shop (OMS) (9,765 SF) and an unheated storage building (4,708 SF) on approximately fifteen acres of land. This project will provide a new training facility with administrative, educational, assembly, library, learning center, vault, weapons simulator, and physical fitness areas for fifteen Army Reserve units. The maintenance shop will provide work bays and maintenance administrative support. The project will also provide for unit storage and adequate parking space for military and privately-owned vehicles. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve the project. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning is estimated at 229 Tons. The solicitation may contain the following options: CFCI OMAR funded items, CFCI Bona Fide Need OMAR funded items, an Organizational Maintenance Shop (OMS) Building, wash rack, and concrete paving for Military Equipment Parking. Furniture is NOT included in this contract. Contract duration is 660 days. A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with FARS 36.204. The target ceiling for this contract (based on available funds) is approximately $20,600,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Management Plan; Key Personnel Experience; Schedule; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to 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. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $33.5M. TYPE OF SET-ASIDE: This is a TOTAL SMALL BUSINESS SET-ASIDE competitive procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 5 May 2014. The approximate due date for proposals is 6 June 2014 at 2:00 p.m. Louisville time (EDST). Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. 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 Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website 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 Tom Dickert at tom.e.dickert@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0037/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03344451-W 20140423/140421234926-94672de8c81eaede482c0b3514baa2ad (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.