Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOLICITATION NOTICE

Y -- Training Support Facility

Notice Date
2/15/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18R3003
 
Archive Date
3/14/2018
 
Point of Contact
Crystal E. North, Phone: 9126525183
 
E-Mail Address
crystal.e.north@usace.army.mil
(crystal.e.north@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN18R3003 for the construction of Training Support Facility, (approximately 101,811 SF), Fort Benning, GA. Facilities include a high bay climate controlled vehicle/macro-artifact storage area, roll-up doors, classrooms, administrative office space, latrines, and external vehicle bridge crane. Building systems include HVAC, plumbing, fire alarm, mass notification, fire suppression, energy management and building controls, telephone cabling, communications networks, intrusion detection building infrastructure, and electronic access control systems. Supporting facilities include site preparation, utilities (electrical, water, sanitary sewer, natural gas, and information systems), site lighting, vehicle parking, access drives, pavements, curb and gutter, sidewalks, storm drainage, landscaping, localized site demolition, and other site improvements. The subsequent Contract will result in a C-Type design bid build contract with a base bid award and option. The Period of Performance is 540 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 Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process-specifically, the Lowest Price Technically Acceptable (LPTA). Two technical factors will be used: Corporate Relevant Specialized Experience and Past Performance. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. 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. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 1 March 2018 and approximate closing date is on or about 2 April 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 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 Crystal E. North at crystal.e.north@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R3003/listing.html)
 
Place of Performance
Address: Ft. Benning, GA, Columbus, Georgia, 31905, United States
Zip Code: 31905
 
Record
SN04825663-W 20180217/180215232440-48500ccd28ac43301bd344ec8e94e99a (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.