Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2015 FBO #4809
SOLICITATION NOTICE

Y -- Design/Build Total Army School System (TASS) Training Center, Fort Lee, Virginia.

Notice Date
1/22/2015
 
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-0017
 
Response Due
3/19/2015
 
Archive Date
4/18/2015
 
Point of Contact
Jesse Scharlow, 5023156183
 
E-Mail Address
USACE District, Louisville
(jesse.e.scharlow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0017 for the design and construction of a Total Army School System (TASS) Training Center located on Fort Lee in Virginia. The TASS Training Center (TTC) will be in support of the One Army School System model to the United States Army Corps of Engineers (USACE) General Instruction Building (GIB) standard design. The TASS shall consist of a TTC GIB (approximately 41,368 SF), which includes maintenance and unheated storage requirements for two U.S. Army Reserve (USAR) Units. Building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The project will contain the following options: 1) OMAR Funded Collateral Equipment Items; 2) OMAR Funded Bona Fide Need Items; 3) Perimeter Fencing; 4) Secondary Access Road. The Contract Duration is seven hundred (700) calendar days from Notice to Proceed. 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 will be a Full & Open competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as will be described in Section 00116 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Prime Contractor Experience, Design Contractor Experience, Prime Contractor Past Performance, and Design Contractor Past Performance. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. An announcement identifying the selected offerors and the expected date of issue of Phase II will be placed on the Federal Business Opportunities (FedBizOps) website at https://www.fbo.gov. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00118 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Technical Approach (Color Renderings, Design Drawings, and Design Narrative), Management Plan, Schedule, and 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 18 February 2015 and approximate closing date for Phase I is on or about 19 March 2015. The approximate issue date for the Phase II solicitation is on or about 21 April 2015 and the approximate closing date for Phase II is on or about 21 May 2015. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held after Phase I, for the five (5) qualified offerors at Fort Lee, VA. Details regarding the conference will be issued in an amendment. 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 Contract Specialist, Jesse Scharlow, at Jesse.E.Scharlow@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-0017/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
SN03622178-W 20150124/150122234722-663ff224028d8dcf0871e345c82ea526 (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.