Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
SOLICITATION NOTICE

Y -- Lockmaster and Maintenance Buildings

Notice Date
11/16/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-B-0002
 
Point of Contact
Levi R. Speth, Phone: 5023156199
 
E-Mail Address
levi.r.speth@usace.army.mil
(levi.r.speth@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
DESCRIPTION: This project is a design/bid/build project to construct a Lockmaster Building (LOCK), Maintenance Building (MAINT) and associated site work. The LOCK is approximately 3,000 square feet single story, consisting of concrete slab, a combination of CMU veneer, utility brick veneer and insulated metal panel over 6" cold formed metal framing, a combination of standing seam metal roof and polyvinyl chloride (PVC) roof system over insulation and metal deck, structural steel frame, HVAC and plumbing systems, communications, electric work, and fire detection. The MAINT is approximately 13,500 square feet single story with storage mezzanine, consisting of concrete slab, a combination of CMU veneer, utility brick veneer and insulated metal panel over 8" loadbearing CMU or pre-engineered metal building (PEMB) frame, a combination of insulated metal roofing panels over insulation and metal deck, steel frame, HVAC and plumbing systems, liquid petroleum gas, communications, electric work, 25-ton double girder top running bridge crane, vehicle/sweep/welding exhaust systems, compressed air system, petroleum/oil/lubricant distribution system, oxygen/acetylene distribution system, sprinkler system and fire detection. Sitework shall include landscaping, asphalt POV parking lot, concrete hardstand, site lighting, infiltration basins, utilities, fire pump including a pre-manufactured metal building house, (2) 50,000 gallon fire water storage tanks and fuel storage tanks. The solicitation also will contain an Option for concrete hardstand adjacent to the wicket test pit. Contract duration is estimated at 450 days. A Pre-proposal, optional site visit will be held. Meeting and site visit details will be provided in the solicitation, but is tentatively scheduled for the week of 19 December 2016. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. SELECTION PROCESS: This is a single-phase procurement. The bids will be evaluated using a sealed-bid selection process where award will be made to the lowest responsive/responsible bidder. 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 Women-Owned Small Business (WOSB) set-aside 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 07 December 2016. 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 10 January 2017 at 2:00 p.m. Eastern Time (ET). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the 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 Levi Speth at Levi.R.Speth@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-17-B-0002/listing.html)
 
Record
SN04329682-W 20161118/161116234711-0ad9d24137d554030dde18ffcee74ada (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.