Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2018 FBO #5924
SOLICITATION NOTICE

Y -- Construction of Barracks and Dining Facility (DFAC), Yakima Training Center, WA - Solicitation Pkg W912DW18B0003

Notice Date
2/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18B0003
 
Archive Date
3/27/2018
 
Point of Contact
Debbie Knickerbocker, Phone: 206-764-6804, Curt Stepp, Phone: 206-764-6805
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, curt.stepp@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, curt.stepp@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation Package including Drawings and Specifications Title: Barracks/Dining Facility (DFAC) Construction Project, Yakima Training Center (YTC), WA PROJECT INFORMATION: It has been determined that competition will be limited to 8(a) Firms with the assigned NAICS Code. Other than 8(a) Firms are deemed ineligible to submit bids. The Seattle District Corps of Engineers has a requirement to construct a specially designed Enlisted Barracks Facility and Dining Facility (DFAC), including associated site work. The Barracks Facility will house 128 persons, and have a size of 46,670 gross square feet. The DFAC will serve 200 people, and have a size of 4,825 gross square feet. Both facilities will be constructed to meet industry standards, as well as all local, State, and Federal building codes and additional Antiterrorism Force Protection (ATFP). 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 as per ASA(IE&E). The facilities will be accessible for individuals with disabilities. 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 $10,000,000 and $25,000,000. The NAICS code for this project is 236220 with a small business size standard of $36.5 Million. The solicitation will be a Design-Bid-Build competitive Invitation for Bid (IFB) in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.213 entitled "special procedures for sealed bidding in construction contracting." Firms that wish to be considered may provide price bids in accordance with instructions in the solicitation. The submittals will be evaluated utilizing the processes defined in FAR Part 14. As an IFB contract, this will result in the award of a single Firm Fixed Price construction contract. The award will be made to the responsible Contractor with the lowest price. IMPORTANT NOTICE: As previously stated, this project is set-aside for 8(a) firms. You must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page 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 documents posted at the referenced website. All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards. The North American Industry Classification System (NAICS) Code is 236220 with a size standard of $36.5 million. This requirement is restricted to 8(a) Firms. For information concerning NAICS and SBA size standards, go to http://www.sba.gov POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Debbie Knickerbocker at email: Debbie.a.knickerbocker@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 are only available through an online system during the solicitation process. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755 Place of Contract Performance: Yakima Training Center (YTC), 970 Firing Center Rd, Yakima, WA 98901-9399
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18B0003/listing.html)
 
Place of Performance
Address: Yakima Training Center (YTC), 970 Firing Center Road, Yakima, Washington, 98901-9399, United States
Zip Code: 98901-9399
 
Record
SN04817904-W 20180211/180209230719-87ab9ffe1409d9a5f861bf31ac19de2a (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.