Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2022 SAM #7382
SOLICITATION NOTICE

Z -- Salem ARC VA FFR

Notice Date
2/14/2022 1:46:22 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
W912QR22R0040
 
Response Due
3/1/2022 7:00:00 AM
 
Point of Contact
Adam Wantland, Phone: 5023156197
 
E-Mail Address
adam.m.wantland@usace.army.mil
(adam.m.wantland@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0040 for a Full Facility Revitalization including renovation of an existing Army Reserve Center (ARC) and site at Salem, VA. This will be a Design/Build project to repair approximately 27,000 SF Army Reserve Center, Training Building 1 and 7,000 SF Vehicle/Training Building 2, constructed in 1957 and 1975, that are in a failed or failing condition. These buildings provide mission essential functional areas in support of a Quartermaster Battalion headquarters, nine training unit detachments, and a Field Feeding Team. The repairs will provide the necessary operational building functional areas for the training and mission support of these commands. The mechanical, plumbing and electrical systems are beyond serviceable life. In addition, current mission supports an addition to enclose the arms vault and add administrative space. Current codes support adding an elevator and legal egress stairs. A technical review was conducted, work classification verified, and other facility alternatives were visited but the most expedient and best option was to repair the listed facility. The required swing space during the contracted work will be off-site and not part of this project. Sustainability/Energy measures will be provided. The project contains options such as:� roof replacement, entry way storefront glazing, and a 2,000SF Unheated storage building. The Contract Duration is seven hundred (700) calendar days from Contract Notice to Proceed. 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 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement. SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or 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 more than $10,000,000 and less than $25,000,000 in accordance with DFARS 236.204. The target ceiling for this contract is approximately $10,000,000.� Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 1 March 2022 and approximate closing date on or about 1 April 2022. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted to 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.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.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://sam.gov/opp/2dfbc506784441589692e083425c4e53/view)
 
Place of Performance
Address: Salem, VA, USA
Country: USA
 
Record
SN06241719-F 20220216/220214230107 (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.