SOLICITATION NOTICE
Y -- Restoration and Modernization of Building E3330
- Notice Date
- 3/12/2020 9:29:12 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR20R0012
- Response Due
- 4/14/2020 9:00:00 AM
- Archive Date
- 04/29/2020
- Point of Contact
- Michael J. Getz, Phone: 4109623455
- E-Mail Address
-
Michael.J.Getz@usace.army.mil
(Michael.J.Getz@usace.army.mil)
- Description
- This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 ""Commercial and Institutional Building Construction"" with a size standard of $39,500,000.00. Project Description: The project will address structural deterioration; removal and replacement of building utility systems including:� Heating, Ventilation, and Air Conditioning (HVAC) systems, plumbing systems, electrical systems, fire suppression and alarm/mass notification systems, utility management control, telephone, advance communication networks, cable television and infrastructure for and installation of complete electronic security systems (ESS) (i.e. intrusion detection, closed-circuit surveillance and electronic access control), replacement of a service elevator, ADA access points, and ADA compliant elevators. New interior spaces will be created which include offices, open office areas, conference rooms, break rooms, restrooms, chemical test and laboratory, biological test and laboratory, secured space requirement per ICD-705, utility support space, secure historical documents library.� New interior finishes will be provided throughout the building.� Repair and replace building windows.� Repair and/or install new exterior finish system.� Exterior site-work and utilities include repairing draining problems to eliminate ponding along the foundation of the building, a new underground fire water main and post indicator valve, electrical, water, gas, sanitary sewer and information systems distribution, utility screening.� The construction contract will also include separate packages for the procurement and installation of furniture, furnishings and industrial/manufacturing type equipment, IT/communications and for electronic surveillance systems (ESS).� Work will consist of Hazardous Material abatement and demolition to address water infiltration and condensation from improper Heating, Ventilation, and Air Conditioning that have led to mold in numerous areas of the building, asbestos tile from the original construction in 1941, and lead based paint.� Portions of the building, including the main entry lobby, are considered historic and require State Historic Preservation Office coordination.� The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 730 calendar days from Notice to Proceed.� Additional information in accordance with the Statement of Work will be included in the Request for Proposal (RFP) package. This will be a Two Phase Design-Build contract utilizing the best value tradeoff process. An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. It is anticipated that Phase I will be released on or about 15 APR 2020 with proposals due on or about 15 MAY 2020. Phase I of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the beta.SAM.gov system. To familiarize vendors with the system, please go to https://www.beta.SAM.gov. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper format. Phase II of the solicitation will only be available to those offerors selected to advance to Phase II. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor�s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/82fa85c1db05435fac85abe9d9c50561/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21040, USA
- Zip Code: 21040
- Country: USA
- Zip Code: 21040
- Record
- SN05587041-F 20200314/200312230141 (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 |