Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2024 SAM #8174
SOLICITATION NOTICE

Y -- Letterkenny Munitions Center Joint Missile Maintenance Facility, Chambersburg, PA.

Notice Date
4/12/2024 7:24:33 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR24R0013
 
Response Due
4/24/2024 8:00:00 AM
 
Archive Date
05/09/2024
 
Point of Contact
Amber Rose, Phone: 4109623987, Michael Getz, Phone: 4109623455
 
E-Mail Address
amber.l.duty@usace.army.mil, michael.j.getz@usace.army.mil
(amber.l.duty@usace.army.mil, michael.j.getz@usace.army.mil)
 
Description
SOLICITATION NO.: W912DR24R0013 PROCUREMENT TYPE: Pre-Solicitation Notice TITLE: LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY (JMMF) LOCATED IN CHAMBERSBURG, PA.� Classification Code: Y--Construction of structures and facilities This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 ""Commercial and Institutional Building Construction"" with a size standard of $45,000,000.00. The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solict for and award services for the Letterkenny Munitions Center (LEMC) Joint Missle Maintenance Facility (JMMF) located in Chambersburg, PA. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB), contract procured in accordance with FAR 15, Contacting by Negotiations, under a Lowest Price Technically Acceptable (LPTA) process.� The scope of work includes construction services to construct a guided missile maintenance facility. The facility will include missile test cells with blast protection, lightning protection system and complete internal and external grounding, extensive mechanical systems to regulate constant temperature and humidity levels, structural criteria for open storage of classified materials for the entire facility, hazardous material storage, paint booth, covered ammunition storage area, offices, break room, restrooms, parts storage areas, and operating bays. An interior bridge crane is required. Primary facilities include renovation of Building 5300, construction of an organizational storage building, battery shop with forklift charging stations. Supporting facilities include site development, utilities and off-site utility connections, fire protection and alarm systems, lighting, paving, parking, walks, curbs, and gutters, site clearing and grading, storm drainage, information systems, landscaping, and signage. Building information systems 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. Air Conditioning (Estimated 97 Tons). The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 910 calendar days from Notice to Proceed.� Additional information in accordance with the Statement of Work will be included in the Request for Propsoal (RFP) package. This will be a single-phase Design-Bid-Build contract utilizing the Lowest Price Technically Acceptable (LPTA) process. An award will be made to the offeror whose proposal is determined technically acceptable and the lowest price to the Government considering the evaluation factors. It is anticpated that the Request for Propsoal (RFP) will be released on or about 29 April 2024 with proposals due on or about 29 May 2024. The RFP will be provided in an electronic format, free of charge, to all authenticated account holders of the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/.� The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not issued in paper format.� Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor's SAM registration. Note; Update SAM profile to include all applicable NAICS codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1934b7532d394d0483e2245a386786c3/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN07028974-F 20240414/240412230043 (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.