Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

Y -- HPW Bldg. 441 at WPAFB, OH

Notice Date
7/8/2020 1:27:49 PM
 
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
W912QR20B0021
 
Archive Date
09/30/2020
 
Point of Contact
Miriaha D Sigmon, Phone: 5023156852
 
E-Mail Address
miriaha.d.sigmon@usace.army.mil
(miriaha.d.sigmon@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) W912QR20B0021 for HPW Bldg. 441 located at Wright-Patterson Air Force Base (WPAFB), Ohio. This project is for the replacement of the HVAC systems, fire protection, and selective replacement of plumbing, and waste lines of approximately 55,418 SF to include the 1,200 SF of the addition or greater for Bldg. 441 at WPAFB, Dayton, OH. The project also includes the repair/replace electrical secondary distribution panels and switch gear. Repair deteriorated exterior stairs, sidewalks, and walls. Repair service elevator. Work includes patching exterior brick, sealing gutters, and replacing windows to correct failed seals and prevent air and water intrusion. Repair non code compliant facility fire alarm detection and notification system. Install new data and voice systems throughout the building. Repair non code compliant fire rated doors. Replace existing sprinkler protection including the risers to bring facility into current code compliance. Demolish and reconstruct entryway to include Americans with Disability Act (ADA) compliant door access. Repair first floor restrooms near auditorium for compliance with ADA. Reconstruct additional basement, first, and second floor restrooms; replace restroom partitions, ceramic tile finishes, fixtures, fittings, walls, ceilings, lighting, specialties such as stall and urinal partitions, towel dispensers, etc., and make ADA compliant. Reconfigure lobby to provide for a facility security workstation and replace main entryway finishes. Demolish and reconstruct stairwell landings and exits to allow proper facility fire egress. Repurpose portion of the second floor from private offices to a mix of private offices and open office space. Work includes interior partitions, ceiling, floor, code compliance, insulation, door frames and hardware, doors, interior ceiling, wall, and floor finishes. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be advertised as 100% Small Business. SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 23 July 2020. �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://beta.sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http:/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 the Contracting Opportunities website at http://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:/beta.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 Miriaha Sigmon, Contract Specialist, at miriaha.d.sigmon@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/51d8f16afd454787ae4a7e1b17495426/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05714806-F 20200710/200708230142 (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.