MODIFICATION
Y -- PHASE 2 SELECTION for: Fort Polk VOLAR Renovation, BLDG 2272, Fort Polk, LA
- Notice Date
- 8/12/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-14-R-0064
- Response Due
- 9/9/2014
- Archive Date
- 10/11/2014
- Point of Contact
- Andy Nelson, 817-886-1055
- E-Mail Address
-
USACE District, Fort Worth
(andrew.j.nelson2@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PHASE 2 SELECTION: In accordance with RFP section 00 22 10, paragraph 1.1, the Contracting Officer has made the determination that it is in the best interest of the Government to allow four (4) of the Phase 1 offerors to compete in Phase 2. The following four (4) contractors were selected by the Government to enter into Phase 2 for the subject solicitation. Amendment 0002 has been posted with the due date/time for Phase 2 proposal submission. Any questions submitted must follow the previously distributed instructions for the use of PROJNET. These instructions were originally contained in section 00 21 00 of the RFP. 1) Fortis SBJV, LLC ATTN: Robert Martino 4108 E. Air Lane Phoenix, AZ 85034 rmartino@fortisnetworks.com (602) 242-1200 2) PentaCon, LLC ATTN: Tracy Hembree 5236 North Highway 167 Catoosa, OK 75015 Tracy.hembree@pentacon-llc.com (918) 739-4112 3) RKJ Construction, Inc ATTN: David Johnson 604 West Ave C. Lampasas, TX 76550 mjohnson@rkjco.com (512) 556-3684 4) SBH Services & CORE Construction, LLC ATTN: Sharon Athas Cote 118-B Public Square, STE 108 A-2 Gallatin, TN 37006 sbhservices@gci.net (615) 719-7266 Project Description includes the design and construction for renovations of barracks building 2272, including site and drainage improvements. This project also requires providing for 30% domestic hot water with solar for the barracks. Additional design/construction items include, but are not limited to: service line replacement, construction of retaining walls, construction of swing gates with removable bollards on service drives, construction of concrete wash pads, sidewalks, site grading and drainage, storm drainage, dumpster pads and fencing, picnic area demo and removal, landscaping, and all details necessary for construction. The Contractor shall perform a thorough inspection of the Barracks and site prior to submitting a proposal. The Contractor shall be responsible for verifying all conditions, loadings and dimensions as stated in this document. The Contractor is responsible for registering the project with the USGBC, including all registration fees. Contractor will manage the project in LEED online. Project shall achieve formal LEED certification of LEED Silver for each barracks. A LEED Silver certification plaque shall be mounted in the renovated barracks in a location determined by the Contracting Officer. The approximate size of building 2272 is 40,000 sf The magnitude of construction is between $10 million - $25 million. The RFP is anticipated to be issued NO EARLIER THAN June 20, 2014, and PHASE 1 proposals will be due on or about July 20, 2014. The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 236220. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: Army Single Face to Industry (https://acquisition.army.mil/asfi/) OR on the Federal Business Opportunities Website (www.fbo.gov ). Type in the search box the solicitation number W9126G-14-R-0064. (Do not include period in link). The use of the websites requires prior registration. Plans and specifications will NOT be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOps website and or any other official government website for amendments to the solicitation. You must be registered with the System for Award Management (SAM), to receive a Government contract award. You may register on the SAM Website at http://www.sam.gov/. The Primary Point of Contract for this project is Mr. Andrew J. Nelson, Contract Specialist, email is andrew.j.nelson2@usace.army.mil. All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOps address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation. Further, all potential offerors are also encouraged to visit the Army Single Face to Industry website located at http://acquisition.army.mil/default.htm to view other official business opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-14-R-0064/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN03462722-W 20140814/140813023044-d6e8b77d09f345d4231fee3ee79d9aef (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 |