SOLICITATION NOTICE
Y -- Modified TEMP at Yakima Training Center (YTC)
- Notice Date
- 12/30/2019 7:38:48 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR20R0019
- Response Due
- 2/15/2020 11:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Glenn W. Moon, Phone: 5023156177
- E-Mail Address
-
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). �W912QR20R0019 for the Modified Tactical Equipment Maintenance Facility (TEMP). Construct Phase I of a Modified TEMP at Yakima Training Center (YTC) in the vicinity of the Equipment Concentration Site (ECS) 10. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle washrack/platform, bi-level equipment loading ramp, overhead crane spanning work bays, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The project contains options such as: Operational Maintenance Army Reserve (OMAR) equipment, Concrete Firelane/Sidewalk, and Gravel Mow Strip at Building perimeter. The Contract Duration is five hundred and forty (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 Industrial Classification System Code (NAICS) for this effort is 236220. TYPE OF SET-ASIDE: THIS PROJECT IS SET ASIDE FOR THE SMALL BUSINESS HUBZONE PROGRAM. Offers will be accepted only from those firms registered in the SBA HUBZone program. See https://eweb1.sba.gov/hubzone/internet/ SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government. � 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 $10 million and $25.0 million in accordance with DFARS 236.204.� ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10 Jan 2020. �Details regarding the Optional Site Visit will be included in the solicitation.� 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. 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 Glenn Moon at Glenn.w.Moon@usace.army.mil. �This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8c6bb48e5fb041f98f904c1c677fe0d4/view)
- Place of Performance
- Address: Yakima, WA, USA
- Country: USA
- Country: USA
- Record
- SN05524834-F 20200101/191230230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |