SOLICITATION NOTICE
Z -- Replacement of a Process Cooling Tower for the AFRL/RQ (Building 18 Complex) at WPAFB, OH
- Notice Date
- 3/30/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18R0034
- Archive Date
- 9/30/2018
- Point of Contact
- Michael D. Hutchens,
- E-Mail Address
-
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This project is to provide all labor, materials, and equipment necessary to replace the process cooling tower, which serves the Facility 18 Complex Research Facilities - including all connections, valves, piping, pumps, and associated electrical components. The contract duration is estimated at 620 days. TYPE OF CONTRACT AND NAICS: The 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 an Unrestricted (Full and Open) competitive procurement. Size Limitation is $36.5 Million. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This will be a two-phase Design/Build procurement process. Potential offerors are invited to submit their performance, technical, 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): Past Performance and Technical Approach. 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 proposals, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. 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): Design / Technical (Design Drawings and Design Narrative), Management Plan, Small Business Participation Plan, and Price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 16 April 2018 with an approximate closing date for Phase I proposals on or about 16 May 2018. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. SITE VISIT: A project site visit will be held during Phase II of the solicitation period. Details regarding the site visit will be issued with the solicitation. 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 System for Award Management (SAM) database at http://www.sam.gov to be eligible for a Government contract award. 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, Michael Hutchens at Michael.D.Hutchens@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0034/listing.html)
- Record
- SN04873216-W 20180401/180330230756-55a8fba90855aa0df26529f4e45ce504 (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 |