Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2024 SAM #8193
SOLICITATION NOTICE

Z -- TIN006 Replace Plumbing and Fire Protection Systems (B150)

Notice Date
5/1/2024 9:42:45 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB24R0040
 
Response Due
5/15/2024 3:00:00 PM
 
Archive Date
05/30/2024
 
Point of Contact
Mark Corn, Phone: 9077532817, Theresa AFRANK, Phone: 9077532739
 
E-Mail Address
mark.r.corn@usace.army.mil, theresa.m.afrank@usace.army.mil
(mark.r.corn@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Presolicitation Notice PROJECT: REPLACE PLUMBING AND FIRE PROTECTION SYSTEMS (B150), TIN CITY, ALASKA (TIN006) Set Aside Type: 100% Small Business PSC Code: Z2AZ � REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITY AND SERVICE BUILDINGS NAICS Code: 236220 � Commercial and Institutional Building Construction Small Busiess Size Standard: $45,000,000.00 Solicitation Number: W911KB24R0040 Posted Date: 1 May 2024 Original Response Date: 14 June 2024 (For Phase 1 proposals) This is a 2 Phase Design Build pre-solicitation notice for a Design and repair of the plumbing and fire protection systems within composite building B150, Tin City Long Range Radar Site (LRRS), Tin City, Alaska. The Tin City LRRS is located near the western tip of the Seward Peninsula approximately 650 air miles northwest of Anchorage, AK, a logistically challenging, remote location accessible only by air and/or barge. Building B150 is 4 stories, with the third story unoccupied. The facility was originally designed for over 300 personnel to operate this remote radar site, however, is minimally manned for maintenance of the facilities. The building occupancy and use will not change. Design and repairs include replacement of the existing fire sprinkler system, plumbing systems, and will incorporate all related architectural, structural, electrical, and other necessary supporting disciplines to complete the design and repair. The repair will need to accommodate for minimal impacts to existing operations within the facility, including the establishment of a complete temporary kitchen to support meal preparation and cleanup when the permanent kitchen is shut down for plumbing repairs. The estimated dollar magnitude of this project is anticipated between $15,000,000 and $20,000,000. The performance period will be approximately 730 calendar days. The procurement will be conducted using source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. Phase 1 will be issued on or about 16 May 2024 with a closing date of 14 June 2024. The most highly qualified offerors selected in Phase 1 will be invited to submit a Phase 2 proposal. There is no stipend authorized for this procurement. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. Anticipated NTP: 07 October 2024 with a 730 calendar-day period of performance; the Davis Bacon Act will apply. (1) PROJECT INFORMATION: Design and repair of the plumbing and fire protection systems within composite building B150, Tin City Long Range Radar Site (LRRS), Tin City, Alaska. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Phase 1: Factor 1 � Past Performance (Confidence Statement) Factor 2 � Organization & Management Factor 3 � Technical Approach Phase 2: Factor 1 � Design and Engineering Factor 2 � Logistics and Temporary Facilities Factor 3 � Proposed Contract Duration and Summary of Schedule Factor 4 � Price and Pro Forma Information The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the Source Selection Authority determines conforms to the solicitation and offers the best overall value to the Government, considering the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: The Phase 1 solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 16 May 2024 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB24R0040). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror�s responsibility to check for any posted changes to this solicitation. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB24R0040. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND POSTING OFFERS CAN BE FOUD AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Point of Contact: Mark Corn, 907-753-2817 Email: mark.r.corn@usace.army.mil Place of Performance: Tin City, Alaska
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7e14ab0baed4e999a3f5b39039a2929/view)
 
Place of Performance
Address: Shishmaref, AK 99772, USA
Zip Code: 99772
Country: USA
 
Record
SN07048427-F 20240503/240501230038 (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.