SOLICITATION NOTICE
Y -- Hammerhead Barracks Renovation, Fort Hood, TX
- Notice Date
- 6/1/2020 7:13:42 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20R0017
- Response Due
- 4/8/2020 12:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Paige E Stone, Phone: 8178861124
- E-Mail Address
-
paige.e.stone@usace.army.mil
(paige.e.stone@usace.army.mil)
- Description
- This is the Phase 1 solicitation. Phase 1 proposals are due 08 April 2020. CONTRACT INFORMATION: This announcement is an unrestricted acquisition to revitalize/renovate five existing Hammer Head Barracks (B10009, B10010, B10011, B10016, B10018) and One Central Energy Plant (CEP B10017)� at Fort Hood, TX. The Contract will include both Design and Construction of the required renovations. The North American Industrial Classification System code is 236220, which has a size standard of $39.5 million. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in August 2020. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/.� No state level certifications will be accepted. � PROJECT INFORMATION:� Construction range is between $25,000,000 and $100,000,000.� Five existing Hammer Head Barracks (B10009, B10010, B10011, B10016, B10018) and One Central Energy Plant (CEP B10017) will be renovated at Fort Hood, TX. Each barracks building is 3-Stories, a basement, and includes Company Operations Facilities that contain two arms vaults and chemical room (Gas Mask and similar equipment). Renovations will include: Standing Seam Metal Roofs, Exterior Finishes/EIFS, Interior Finishes(Walls/Ceilings/Floors), New Barracks Floor Plans (2 Bedrooms, 1 Kitchen, 1 Common Area, and 1 Bathroom), New HVAC Systems (Chillers and Cooling Towers for CEP, DOAS, Hydronic Boilers, Fan Coil Units), Plumbing Systems, Fire Protection Systems, Lighting & Electrical Systems, Telecommunication Systems, and Site Improvements (Drainage, Roadway/Sidewalk Upgrades, Utility Upgrades: Electrical, Sanitary Sewer, Domestic Water, and Natural Gas). There are no LEED requirements. This solicitation will be evaluated under the Two-Phase Design Build Process in accordance with FAR 36.3-Two-Phase Design-Build Selection Procedures.� In Phase 1, interested firms or joint venture entities (referred to as ""Offerors"") will submit a proposal demonstrating their past performance and capability to successfully execute this requirement.� The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select no more than five (5) of the Phase 1 offerors to compete in Phase 2. �In Phase 2, the selected offerors will submit a technical proposal and a price proposal.� The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall �best value� to the Government, considering all technical and non-technical factors including cost or price identified under Phases 1 and 2. 3. SUBMISSION INFORMATION: After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses:��beta.sam website (https://beta.sam.gov).� Type in the search box the solicitation number W9126G20R0017. The use of the websites requires prior registration.� Plans and specifications will NOT be made available in paper format or on compact disc.� It is the Offerors responsibility to monitor the�beta.sam.gov website and or any other official government website for amendments to the solicitation. You must be registered with the SAM, to receive a Government contract award. Phase1 proposals are anticipated to be due in February 2020.� If the Government elects to conduct a pre-proposal conference and site visit for Phase 2, it will be conducted after the Phase 2 selection has been made. The Primary Point of Contract for this project is Paige Stone, Contract Specialist, email is paige.e.stone@usace.army.mil.� All questions MUST be received through projnet for record.� The Government reserves the right to use only the Internet as notification of any amendments to this solicitation.� It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the�beta.sam.gov address after solicitation issuance.� Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf84ab0faf8349a5bcce9b8ea09323c4/view)
- Place of Performance
- Address: Fort Hood, TX, USA
- Country: USA
- Country: USA
- Record
- SN05675820-F 20200603/200601230144 (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 |