SOLICITATION NOTICE
Z -- Maintenance Hangar Addition and Alteration in Grissom ARB, IN
- Notice Date
- 6/12/2020 10:56:39 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
- W912QR20R0069
- Response Due
- 7/15/2020 7:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Adam Wantland, Phone: 5023156197
- E-Mail Address
-
Adam.Wantland@usace.army.mil
(Adam.Wantland@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0069 for the addition and alteration of the maintenance hangar Facility # 437 on Grissom Air Reserve Base, Indiana. This project is for expansion to Nose Dock #5, FAC 437, into an aircraft hangar by making the following additions and alterations: extend metal building, concrete floor slab and foundations, truss and column steel frame, standing seam metal roof; add brick wainscot, high expansion foam fire suppression system, automatic aircraft doors; correct Occupational Safety and Health deficiencies; and provide handicap access. Upgrade electrical service and distribution, modernize male and female latrines. Security improvements include modified support structure, additional exterior lighting, AECS access control, fragment control windows. The Contract Duration is five hundred and forty (540) calendar days from Contract Award. 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 acquisition will be a Full and Open Procurement. In accordance with FAR 19.1307 the HUBZone price preference will be applicable. 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: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to price. 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 $10.0 million and $25.0 million in accordance with DFARS 236.204. The target ceiling for this contract is approximately $10.5 million. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 June 2020. A site visit will be scheduled for this project anticipated to take place between 5 July 2020 and 15 July 2020. Confirmed site visit information will be included in the solicitation. 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.beta.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at http://www.beta.sam.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 http://www.beta.sam.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, Adam Wantland, at Adam.M.Wantland@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/cfd26501ad92466aba9b1adddca95ba6/view)
- Place of Performance
- Address: IN 46971, USA
- Zip Code: 46971
- Country: USA
- Zip Code: 46971
- Record
- SN05688798-F 20200614/200612230150 (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 |