SOLICITATION NOTICE
Y -- FY14 TEMF PN76777 and FY14 COF PN78196 at JBLM, WA
- Notice Date
- 7/15/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-15-R-0019
- Response Due
- 8/31/2015
- Archive Date
- 9/30/2015
- Point of Contact
- John Scola, 206-762-2122
- E-Mail Address
-
USACE District, Seattle
(john.p.scola@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. It has been determined that competition will be limited to SMALL BUSINESS and the assigned NAICS code. The USACE Seattle District has a requirement for the construction of: Company Operations Facility (COF): Construct 68,900 gross square foot standard design Company Operations Facility (COF) with attached Covered Hardstand, building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy efficiency features will be provided to meet LEED quote mark Silver quote mark requirements. Tactical Equipment Maintenance Facility (TEMF): Construct a 35,874 gross square foot standard design Tactical Equipment Maintenance Facility (TEMF) with vehicle maintenance shops, vaults, traveling bridge crane and associated specialized mechanical systems. Ancillary structures include Petroleum, Oils and Lubricant (POL) storage buildings, Tactical Unmanned Aerial Vehicle (TUAV) storage buildings, Hazardous Waste Storage Buildings (HWSB), and Organizational Storage Buildings (OSB). Building systems include: building information systems, fire protection and alarm systems, Intrusion Detection Systems (IDS) installation and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy efficiency features will be provided to meet LEED quote mark Silver quote mark requirements. Site Design and Supporting facilities must be completed as design build to include: anti-terrorism/force protection features, site development, utilities and connections, lighting, organizational vehicle parking, private owner vehicle (POV) parking with associated paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Additionally, this construction project may include a revised site design and reconstruction of roadways and utility systems adjacent to the site. The construction costs of this project will be subject to the disclosure of the magnitude of construction project, Department of Defense Federal Acquisition Regulation (DFAR) 236.204, between $25,000,000 and $100,000,000. The completion period is not to exceed 540 calendar days after NTP. The NAICS code for this project is 236220 with a small business size standard of $36.5M. The solicitation will be a Design-Bid-Build (DBB) competitive Request for Proposal (RFP) in accordance with procedures outlined Federal Acquisition Regulation (FAR) Part 15 and will include non-price and price evaluation factors. A firm-fixed price contract will be negotiated as a result of the solicitation. This DBB RFP project is: limited to SMALL BUSINESS. The solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under solicitation number W912DW-15-R-0019, ON OR ABOUT 30 JULY 2015. Your firm must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your quote mark Watchlist. quote mark If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors quote mark button in the listing for this solicitation. For additional Seattle District Contracting opportunities, visit the Army single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Type quote mark USACE District Seattle quote mark [including quotes] in the Keywords/SOL #: box for Seattle District listings only. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is the contract specialist, John Scola. His email is: John.P.Scola@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions shall only be available through an online system during the solicitation process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0019/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03798483-W 20150717/150716000124-2ccf401a02156e06806e00e886abe1bd (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 |