Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

Z -- Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406

Notice Date
5/25/2023 7:22:56 AM
 
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
W912QR23R0007
 
Response Due
7/7/2023 8:00:00 AM
 
Archive Date
11/30/2023
 
Point of Contact
Jesse E. Scharlow
 
E-Mail Address
jesse.e.scharlow@usace.army.mil
(jesse.e.scharlow@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 Design-Build, Request for Proposal (RFP) W912QR23R0007 for the Full Facility Restoration (FFR) of a three-story Officer Enlisted (OES) barracks building 5406, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey. The OES barracks includes approximately 39,770 square feet of usable floor space. This facility was previously renovated in 2003. The project involves the modernization of an existing concrete framed and CMU Walled barracks with attached processing and administration area in the hammerhead.� External improvements will include a new roof, new windows, and a mow strip. �Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities. The HVAC system will be required to have individual room controls. Bathrooms will require new fixtures, showers, and toilets. Additional interior improvements may include new or replacement floor coverings, new or replacement wall coverings, and new or replacement ceiling systems. Supporting facilities include land clearing, paving, general site improvements, and utility connections. Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas. Sustainability/Energy measures are included.� � The Contract Duration is seven hundred twenty (720) 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 a 100% General Small Business Set-Aside competitive 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 Technical Approach for Design/Build. 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 four (4) 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, Management Plan, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 7 June 2023 and approximate closing date on or about 7 July 2023. 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. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only 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. Amendments, if/when issued, will be posted to the 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 to 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 award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Mr. Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ab82723f6e54aa482c34f69df647148/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08640, USA
Zip Code: 08640
Country: USA
 
Record
SN06694598-F 20230527/230525230112 (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  © 1994-2020, Loren Data Corp.