SOLICITATION NOTICE
Y -- Indoor Small Arms Range (ISAR) located at Grissom Air Reserve Base, IN
- Notice Date
- 11/27/2024 6:40:07 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
- W912QR25B0001
- Response Due
- 12/11/2024 9:00:00 AM
- Archive Date
- 12/26/2024
- Point of Contact
- Lindsay Lawrence
- E-Mail Address
-
lindsay.b.lawrence@usace.army.mil
(lindsay.b.lawrence@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB), Solicitation No. W912QR25B0001, for a fully designed Indoor Small Arms Range (ISAR) located at Grissom Air Reserve Base, IN. A description of the construction project is as follows: Construct a 23,000 square foot (SF) Indoor Small Arms Range (ISAR) with associated administration, training, maintenance, cleaning, storage, utility and building support rooms. Range to be a 21-lane firing range facility. Construction shall consist of all utilities, reinforced concrete foundation, concrete floor slabs, Concrete and metal framed structural walls with brick veneer and metal panel, roof system, interior walls and finishes, steel deflector plates, bullets trap, overhead baffles, acoustical wall panels, target retrieval equipment, exhaust system, HVAC systems, electrical systems, and fire protection in accordance with UFC 4-179-02, Small Arms Ranges and FC 4-179-03F, Air Force Indoor Small Arms Firing Range. Construct supporting utilities, sidewalks, access road and parking as required. Demolish existing outdoor range to include lead remediation and site restoration. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. Office Air Conditioning: 25 Tons. Range Air Conditioning: 450 Tons. The Contract Duration is expected to be 792 days from 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 is a Design/Bid/Build procurement, Invitation for Bid, sealed bid. 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 between $10 million and $25 million in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 11 December 2024. Additional details can be found in the solicitation when it is posted to www.SAM.gov 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, 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 the Federal Business Opportunities website at 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 Lindsay Lawrence at Lindsay.b.Lawrence@usace.army.mil. Responses to this synopsis are not required. This announcement serves as the Advance Notice for this project.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3834321dcd544dd9b60006fa71e65012/view)
- Place of Performance
- Address: Grissom ARB, IN 46971, USA
- Zip Code: 46971
- Country: USA
- Zip Code: 46971
- Record
- SN07277110-F 20241129/241127230106 (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 |