Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2025 SAM #8475
SOLICITATION NOTICE

Z -- Construction of BOWST Addition & Renovations for OFT B321, Niagara Falls Air Reserve Station (ARS)

Notice Date
2/7/2025 10:03:57 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
W912QR25BA008
 
Response Due
3/4/2025 2:00:00 PM
 
Archive Date
03/19/2025
 
Point of Contact
Charity Mansfield
 
E-Mail Address
charity.a.mansfield@usace.army.mil
(charity.a.mansfield@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers intends to issue an Invitation for Bid (IFB) for a Design/Bid/Build Project to Construct a 232.3 SM (2,500 GSF) Boom Operator Weapons System Trainer (BOWST) addition to B 321. Design to comply with BOWST manufacturer requirements to include minimum BOWST high bay size of 21� H, 33�x34�; insulated overhead door access, three briefing rooms, parts storage room, computer room with raised flooring, and mechanical/electrical room. Facility to include five foot thick reinforced concrete foundation and floor slabs, steel framing and trusses, masonry exterior walls, standing seam metal roofing system, HVAC, electrical, lighting, and fire systems. Computer room flooring rated for minimum 1,000-pound rolling and 250-pound concentrated loading. Interior and exterior communications infrastructure is included and designed for peak use. Provide all supporting utilities, pavements, and landscaping required for a complete and usable facility. Exterior finishes to match or compliment installation architectural standards. Include space for mechanical/electrical equipment, egress, and personnel circulation. Facility layout to meet authorized functional and operational mission needs of the assigned unit and BOWST. The site will include all utility connections and paved maintenance/vehicle access route to high bay. The Contract Duration is estimated at seven hundred and forty-five (745) calendar days from Contract Notice to Proceed. The actual Period of Performance will identified in the solicitation. Type of Contract and NAICS: This Invitation for Bid will be for one (1) Firm-Fixed-Price (FFP) contract. The North America Industrial Classification System Code for the effort is 236220- Commercial and Institutional Building Construction. Type of Set-Aside: This acquisition will be a 100% Small Business 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 $5,000,000 and $10,000,000 in accordance with FAR 36.204. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 4 March 2025 and approximate closing date on or about 22 April 2025. 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. Site Visit: A Site Visit will be held following the issuance of the solicitation. The exact location and time will be included in the solicitation. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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 a 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 reserve the right to award to the next prospective Offeror. Point of Contact: The point of contact for this procurement is Contract Specialist, Charity Mansfield, at Charity.A.Mansfield@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cacdd17fbd0d4bdeb2d0e313f95f2627/view)
 
Place of Performance
Address: Niagara Falls, NY, USA
Country: USA
 
Record
SN07336813-F 20250209/250207230029 (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.