Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

Y -- Joint Regional Deployment Phase I, March Air Reserve Base, California

Notice Date
12/30/2014
 
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-15-R-0012
 
Response Due
2/24/2015
 
Archive Date
3/26/2015
 
Point of Contact
Christa Proctor, 502-315-7408
 
E-Mail Address
USACE District, Louisville
(christa.l.proctor@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construct 4,555 SM metal stud and stucco structure with a standing seam metal roof, HVAC, electrical, water/sewer, structural systems, mass notification system and interior finishes/features. All utilities and site improvements are included. New facility will include personnel deployment processing, classified briefing rooms, food services, passenger services and office areas. The proposed project shall be designed and constructed according to current AT/FP standards. Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13423, 10 USC 2802 (c), and other applicable laws and Executive orders. Air Conditioning: 200 Tons. 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. SELECTION PROCESS: This is single phase procurement following the LPTA, low price technically acceptable 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; 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 $36.5M. 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 15 January 2015. 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. The approximate due date for proposals is 24 February 2015 at 2:00 p.m. Louisville time (EDST). 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 Christa Proctor at Christa.L.Proctor@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-15-R-0012/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
SN03606531-W 20150101/141230234331-99010cd0dd4f408ac6979675d91995ce (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.