SOLICITATION NOTICE
Z -- Pre-solicitation for RIA Bldg. 104 Renovation
- Notice Date
- 6/25/2024 7:24:58 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR24B0012
- Response Due
- 7/9/2024 9:00:00 AM
- Archive Date
- 07/24/2024
- Point of Contact
- Stephanie Drees, Phone: 5023153270, JOSHUA WESTGATE, Phone: 5023156207
- E-Mail Address
-
stephanie.n.drees@usace.army.mil, joshua.k.westgate@usace.army.mil
(stephanie.n.drees@usace.army.mil, joshua.k.westgate@usace.army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- RIA Building 109 Renovation Pre-Solicitation Synopsis DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) for Rock Island Arsenal Building 104 Renovation located at Rock Island, IL. The purpose of this project is to Design-Bid-Build five separate private offices and one VTC-capable conference/team room space within Room N315 in Building 104, 3rd floor, Northwest corner, assess current condition of the space to be renovated and the supporting building systems.� Interior space is approximately 1,600 SF.� Renovation to match as closely as possible, the design and finished of the surrounding OC/T Academy space to include, but not limited to, new steel stud & drywall system, insulation, 2x2 suspended ceiling system, flooring, carpet squares, lighting, power, outlet, NIPR ports, cabling, phone and AV ports connections, doors & frames, replacing existing [18 small] windows, fire alarm/MNS, sprinkler drops, VTC system infrastructure.� Renovate, revise, reuse where possible existing HVAC & other building systems. Procure and install furniture. TYPE OF CONTRACT AND NAICS: This IFB 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 advertised as SDVOSB set-aside. � SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 9 July 2024. �Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://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 the Contracting Opportunities website at http://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://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 Stephanie Drees, Contract Specialist, at Stephanie.N.Drees@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/eeb997c5ec2e4c139257196e866de73b/view)
- Place of Performance
- Address: Rock Island, IL, USA
- Country: USA
- Country: USA
- Record
- SN07107162-F 20240627/240625230116 (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 |