SOLICITATION NOTICE
Z -- Design-Bid-Build Construction Contract for project entitled, �Repair Security Forces Assistance Brigade (SFAB), Phase 1"" at Joint Base Lewis-McChord, WA
- Notice Date
- 6/10/2020 4:02:00 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW20B0009
- Response Due
- 6/27/2020 2:00:00 PM
- Archive Date
- 12/01/2020
- Point of Contact
- Renee M. Krahenbuhl
- E-Mail Address
-
renee.m.krahenbuhl@usace.army.mil
(renee.m.krahenbuhl@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Note: This is a synopsis/pre-solicitation notice of a proposed contract action only.� This is not an official solicitation or Invitation for Bids.� This notice will be posted for a minimum of 15 days prior to posting the official solicitation.� The United States Army Corps of Engineers, Seattle District, intends to solicit proposals/bids, using Two-Step Sealed Bidding, for a Design-Bid-Build Construction Contract for project entitled, �Repair Security Forces Assistance Brigade (SFAB), Phase 1"" at Joint Base Lewis-McChord, Washington. This synopsis is only a notification that a solicitation is anticipated and forthcoming. All questions regards this synopsis should be submitted via email to Contract Specialist, Renee M. Krahenbuhl, at renee.krahenbuhl@usace.army.mil.� � Construction Project: The work involved in this anticipated Contract will consist of the repair and conversion of three buildings (Bldgs. 3279, 3280 and 3281) to support the incoming SFAB on JBLM, WA. The Security Forces Assistance Brigade (SFAB) requires administrative, training, storage, maintenance, and housing facilities. The block of 3278 to 3288 on JBLM has been designated their semi-permanent headquarters location and the buildings within this block need to be repaired and converted to administrative, personal equipment storage, and training rooms. Buildings 3279, 3280 and 3281 are to be renovated and converted from existing conditions into operational and readiness spaces for the SFAB. The elements of work will be based on the A-E (Architecture-Engineering) firm�s site specific demolition plans and design templates to repair and convert existing buildings in accordance with latest United Facilities Criteria (UFCs) and JBLM standards. Work includes architectural (revised floor plans, ceiling plan, etc.), electrical, lighting, plumbing, mechanical to including heating and ventilation, structural upgrades for seismic and floor loading, fire alarm and suppression system, communications (to include addition of Non-classified Internet Protocol (NIPR) capability on 2nd and 3rd floors and a Secret Internet Protocol Router (SIPR) caf� on 1st floor), and exterior window upgrades. These buildings will not be required to be ADA compliant. The contractor will be required to site adapt design template to accommodate differences in different buildings. The contractor will be required to provide phasing plans in support of both a 15-month construction period for all three buildings and minimize impact to on-going operations of adjacent occupied buildings (Buildings 3283, 3284, 3286, 3287 and 3288). Phased construction will address operational safety, haul routes, laydown areas, and security requirements. The contractor will develop plans of construction, addressing construction activities, restricted construction activities, operations impacts, construction duration, and construction free zone limits. Basement Arms Rooms will be upgraded to current standards. Demolition will include asbestos & lead abatement.� The magnitude of construction for this anticipated Contract is estimated to be between $25,000,000.00 and $100,000,000.00.� The solicitation for this requirement will be issued as a Two-Step Sealed Bidding solicitation for a Design-Bid-Build Construction Contract, which will ultimately result in the award of a firm-fixed price contract for execution of the construction project described above. The acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding. The Two-Step Process is a combination of competitive procedures designed to obtain benefits of sealed bidding by awarding a contract to the lowest price, responsive and responsible bidder that is found to be technically acceptable. STEP ONE under this bidding process consists of the request for, submission, evaluation and (if needed) discussions of a technical proposal ONLY. No pricing is involved in STEP ONE. STEP TWO consists of the normal sealed bid process and involves the submission of sealed priced bids by those who submitted acceptable technical proposals in step one. In STEP TWO, bidders will be required to submit sealed bids that will be opened during a public bid opening, at the time and place stated in the solicitation. The Government, subject to the status of the COVID-19 pandemic, may use alternate means to conduct a �public bid opening,� such as a live video conferencing platform. The specifics of the public bid opening will be outlined in any solicitation. Bids submitted in STEP TWO are evaluated and award made in accordance with FAR Subparts 14.3 and 14.4. The Government has determined that this acquisition will be procured as a 100% total small business set-aside. The North American Industry Classification System (NAICS) code for this requirement is 236220, �Commercial and Institutional Building Construction,� with a small business size standard of $39.5 million. As a 100% total small business set-aside, this acquisition is open to all qualified small business concerns under the NAICS code of 236220.�� ��� The Government anticipates posting Solicitation Number W912DW20B0009 for this requirement to the System for Award Management (SAM) website (https://beta.sam.gov/) on or about 25 June 2020. Step One proposal due date will be indicated on the Solicitation. Refer to the solicitation for the Two-Step Sealed Bidding details as they pertain to this requirement. A pre-proposal conference/site visit will be offered approximately two (2) weeks after the solicitation is posted. Refer to the solicitation for details regarding the pre-proposal conference/site visit. � The Government will issue the solicitation documents for this requirement in electronic format only, which will only be available online via the System for Award Management (SAM) website under the solicitation number. No CDs or hard copies will be made available. The Government will not honor telephonic or email requests for the solicitation. Offerors are responsible for checking for any update(s) to the solicitation. The Government is not responsible for any offeror�s loss of internet connectivity or for an offeror�s inability to access the document(s) posted at the referenced website. Any SAM Response Date listed elsewhere in this synopsis/pre-solicitation notice is for SAM archival purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that may be issued. Interested offerors must be registered in the SAM database (https://beta.sam.gov/) to be eligible for award of a Government contract. Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, go to (https://beta.sam.gov/).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e29c6a18ea054d87b7d1449849e5376c/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98433, USA
- Zip Code: 98433
- Country: USA
- Zip Code: 98433
- Record
- SN05686046-F 20200612/200610230155 (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 |