Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOLICITATION NOTICE

Y -- 365 ISR GROUP CONSOLIDATED FACILITY, NELLIS AFB, NV

Notice Date
6/18/2020 3:05:02 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL20R0032
 
Response Due
8/3/2020 2:00:00 PM
 
Archive Date
12/30/2020
 
Point of Contact
Jimmy L Barton, Phone: 213-452-3251, Sandra Oquita, Phone: 213-452-3249, Fax: 2134524184
 
E-Mail Address
jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil
(jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil)
 
Description
This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 2 July�2020 with proposals due on or about�3 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This project will finalize the design and construct an approximately 76,000 square foot two-story combined Intelligence, Surveillance & Reconnaissance (ISR) Group and Squadron Operations Facility including a 11,500 square foot Threat Training Facility and 95,000 square foot Display Yard.� This project is intended to provide a combined Group Headquarters and squadron operations facility and fenced aircraft exhibit yard that will support multiple Intelligence squadrons via reconfigurable, adaptable interior spaces that could accommodate team collaborative type environment, ability to accommodate any future mission changes and capabilities. The facility will be constructed to accommodate multi-level security to suit various mission related functions.� The project shall be designed within the criteria prescribed in UFC 1-200-01, UFC 3-600-01, and operations and maintenance manuals. Portions of the facility shall meet the requirements of UFC 4-010-05, Sensitive Compartmented Information Facility Planning, Design and Construction and ICD/ICS 705 v1.4. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 720 calendar days. �The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The solicitation will be available on or about 29 June 2020 with proposals due on or about 12 August 2020. The acquisition will be conducted under a competitively negotiated source selection process. The acquisition strategy is Best Value ""Tradeoff"" This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Both a technical proposal and a price proposal will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance Experience of the Prime Construction Contractor and the Lead Design Firm on projects similar in nature; Technical Approach; Project Management Plan; Schedule; and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments will be posted on beta.sam.gov Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package. It is the responsibility of the contractor to check�beta.sam.gov frequently...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/892b4ca5955a4447bf209d26dbd44f59/view)
 
Place of Performance
Address: Las Vegas, NV, USA
Country: USA
 
Record
SN05695577-F 20200620/200618230158 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.