SOLICITATION NOTICE
Y -- Consolidate Cadet Prep School Dormitory
- Notice Date
- 12/10/2020 1:46:39 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-21-R-0012
- Response Due
- 12/25/2020 1:00:00 PM
- Archive Date
- 01/09/2021
- Point of Contact
- Booker L. Jordan, Jr., Christine L. Wilson
- E-Mail Address
-
Booker.L.Jordan@usace.army.mil, christine.l.wilson@usace.army.mil
(Booker.L.Jordan@usace.army.mil, christine.l.wilson@usace.army.mil)
- Description
- W9128F21R0012 On or about 25 December 2020, this office will issue Request for Proposal (RFP) for Consolidate Prep School Dormitories, United States Air Force Academy, Colorado (PNXQPZ104002). �The solicitation will close on or about 8 February 2021. This solicitation is Unrestricted. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity.� Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program.� Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer. Project Description (approx. quantities): The primary goals of this project are to provide a new Preparatory School Dormitory, sized to consolidate all students and associated staff into a single building, designed with dorm rooms sized and arranged similarly to USAFA standard dorm rooms, including the technical features necessary for the students' and staffs' needs, and aligned with the siting and aesthetic requirements of the Campus Master Plan. The Consolidate Prep. School Dormitories project is an 8,234 square meter (88,630 square feet) four story dormitory building. The building includes long clear spans. The project includes pavement rated for vehicle loads. The project includes site improvements, site utilities, and new pavement. New communications, mechanical, electrical, and fire protection systems will need to be installed. Provide a new fire sprinkler, fire alarm, and mass notification system for the building. The facility shall meet life safety, anti-terrorism/force protection (ATFP), and handicapped accessibility requirements. Three existing facilities will be demolished as a part of this project: Dormitories 5210, 5212, and 5214. Minor site demolition of existing pavement and infrastructure will occur to accommodate the new Dormitory. The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 1278 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a 2-Phase �Best Value-Tradeoff� approach considering technical elements for evaluation (i.e., Specialized Experience and Qualifications, Design -Technical, Utilization of Small Business Concerns, Key Personnel Capabilities and Experience, Project Management Plan, Past Performance, Evidence of Bondability, and Sub-Contracting Plan).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $40,000,000 and $50,000,000. Bidders (Offerors): Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at https://beta.sam.gov/search?index=opp. Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp): 1. Use the �Keywords� search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Federal Organizations� (towards the middle of the page) or use the �Federal Organizations� search feature followed by the �Advanced Search� feature. 2. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches. �Sign In might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the �Attachments/Links� section of the solicitation. Questions should be sent to the Contracting Specialist, Mr. Booker L. Jordan, Jr., at Booker.L.Jordan@usace.army.mil. Telephone calls will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5454b49b67834406bd1871348d6855d1/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN05871135-F 20201212/201210230140 (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 |