SOLICITATION NOTICE
Y -- Ammunition Demolition Shop, McAlester Army Ammunition Plant, Oklahoma
- Notice Date
- 12/17/2020 1:54:35 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV21R0010
- Response Due
- 1/5/2021 12:00:00 PM
- Archive Date
- 01/20/2021
- Point of Contact
- Brian Welch, Phone: 4058692617, Rudolfo J. Morales, Phone: 9186697275
- E-Mail Address
-
brian.welch@usace.army.mil, rudolfo.morales@usace.army.mil
(brian.welch@usace.army.mil, rudolfo.morales@usace.army.mil)
- Description
- This is a PRE-SOLICITATION notice for the design-bid-build construction project for an Ammunition Demolition Shop, McAlester Army Ammunition Plant, Oklahoma.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award construction of Ammo Demo Shop.� Proposed project will be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using trade-off process. Project includes three demilitarization process facilities for machine out/melt out/wash out/control and change areas including unattended process control rooms, employee change rooms, and break room, totaling approximately 40,000 square feet total. Foundations for the buildings consist of reinforced concrete slabs with shallow footing foundations (up to 10,000 sf each) in expansive soils requiring significant soil preparation and treatment. Project also includes heating plant, fire tank and pump, rail spur, building information systems, fire protection and alarm systems, Utility Monitoring Control Systems (UMCS) connection, and 30 foot mechanically stabilized earth (MSE) blast revetment walls. The demilitarization process buildings will have special air handling equipment, and deluge fire protection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Building information systems and UMCS connection for this project are unique in nature and not included in the unit cost of the building. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: �Between $25,000,000 and $50,000,000 Estimated duration of the project is 541 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. �Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. TYPE OF SET-ASIDE: NONE � This requirement will be solicited as UNRESTRICTED. Anticipated solicitation issuance date is on or about 06 January 2021, and the estimated proposal due date will be on or about 10 February 2021.� The official solicitation number W912BV21R0010 will be issued under Contracting Opportunities via www.beta.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d8b7baa8662d4737a9c63cec8cd8ed93/view)
- Place of Performance
- Address: McAlester, OK 74501, USA
- Zip Code: 74501
- Country: USA
- Zip Code: 74501
- Record
- SN05876697-F 20201219/201217230116 (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 |