SOLICITATION NOTICE
Y -- AES Conversion (B125), Pittsburgh ARS, PA
- Notice Date
- 7/27/2018
- 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
- W912QR18R0067
- Archive Date
- 8/9/2018
- Point of Contact
- Chase T. Willson, Phone: 5023153819
- E-Mail Address
-
Chase.T.Willson@usace.army.mil
(Chase.T.Willson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design build Request for Proposal (RFP) W912QR18R0067 for the design and construction of a renovation for AES Conversion (B125), Pittsburgh ARS, PA. This project includes the replacement of various existing heating, ventilating and air conditioning (HVAC) system components including roof top unit, VAVs, diffusers, and controls. New HVAC system shall be capable of providing variable air volume to each room. Upgrade direct digital controls (DDC) for the HVAC system and commission system for new facility use. Reuse existing piping, conduit and wiring where feasible, and upgrade electrical as required for new HVAC. Install emergency shutoff for entire HVAC system. Construct communications closet, and paint walls in mechanical room. Remove and replace deteriorating exterior doors and hardware reusing existing frames and remove doors and frames where no longer required, patch openings to match existing. Install gypsum wallboard over existing CMU in shop spaces, prepare and paint all walls. Remove 400v aircraft power receptacles throughout facility. Install electrical receptacles and communications jacks. Repair/upgrade fire detection system as required by NFPA. Remove existing flooring and install commercial grade carpet tiles and base throughout administration spaces. Install new vinyl tile in corridors. Replace ceilings throughout project area with new acoustical ceiling and support system. Replace all existing old fluorescent fixtures with new appropriate energy efficient lighting and update branch wiring as appropriate. Renovate existing restrooms including ceiling, floor and wall finishes, lighting, water closets, lavatories, urinals, counters and accessories, partitions, refinish doors and frames. Replace existing room signage. Construct breakroom; including casework, countertops, sink, and refrigerator hookup. Remove humidification system. Replace water fountain. Install loading area canvas awning. Project does not include any work in the command post area. Provide temporary storage trailers for AES equipment. The Contract Duration is 600 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 Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a general small business procurement. SELECTION PROCESS: This is a SINGLE phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Performance, Technical, Small Business Participation Plan, and Price. 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 9 August 2018. Details regarding the Site Visit will be included in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. 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 Chase Willson, Chase.T.Willson@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/W912QR18R0067/listing.html)
- Record
- SN05010903-W 20180729/180727231106-1815d5d5df3f22e612d79fc7bae20259 (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 |