Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

Y -- Presolicitation Notice for FY25 CAP UPH Barracks, Smith Barracks, Baumholder

Notice Date
3/10/2025 5:15:12 AM
 
Notice Type
Presolicitation
 
NAICS
23611 —
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB25R0017
 
Response Due
4/30/2025 1:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
Lorraine Laurente, Bjorn T. Hale, Phone: 49061197442301
 
E-Mail Address
lorraine.q.laurente@usace.army.mil, bjorn.t.hale@usace.army.mil
(lorraine.q.laurente@usace.army.mil, bjorn.t.hale@usace.army.mil)
 
Description
1. ANTICIPATED PROJECT TITLE: FY25 CAP PN 098087 Smith Barracks UPH Baumholder 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 23611 Residential Building Construction 4. PLACE OF PERFORMANCE: Baumholder, Germany 5. SOLICITATION NUMBER: W912GB25R0017 6. TYPE OF CONTRACT: The Government anticipates awarding a stand-alone Firm-Fixed- Price (FFP) design build �C� type contract. 7. SYNOPSIS: This Pre-Solicitation Notice provides the USACE NAU�s intent to award a FFP contract to construct a 61,386 Gross Square Feet (GSF) / 108 personnel (PN) Enlisted Unaccompanied Personnel Housing (UPH) Facility and 45,407 GSF / 113 space parking garage to accommodate Smith Barracks military personnel outside the physically separate Special Forces compound. The barracks facility layout will be based on the anticipated FY24 design provided by the Center of Standardization, where G9 is recommending 560 GSF per person. Primary facilities include living and sleeping quarters, baths, storage, service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS), and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, walks, curbs, gutters, storm drainage, information systems, retaining walls, landscaping and signage. 8. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the OCONUS project location. 9. SELECTION PROCESS: This requirement will use a Best-Value Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The selection process will allow for a trade-off analysis between non-cost factors and cost/price factors, allowing the Government to accept other than lowest price proposal or other than the highest technically rated proposal to achieve a best value contract award. The project will be solicited under Full and Open competition and will be awarded as a FFP contract. The contract will be awarded and paid in Euros (�). 10. PERIOD OF PERFORMANCE: The anticipated period of performance will be 1,172 calendar days after receipt of the notice to proceed. The contract will include one (1) base period with three (3) optional tasks. 11. SOLICITATION WEBSITES: All prospective contractors and subcontractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via sam.gov. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. Neither telephonic, mailed, nor fax requests will be accepted. It is the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 12. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 30 April 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 13. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 14. QUESTIONS: For all inquiries please direct them to the Contract Specialist, Lorraine Laurente, at e-mail: lorraine.q.laurente@usace.army.mil, and the Contracting Officer, Bjorn Hale, at bjorn.t.hale@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d383daa05d24a1eb5925157e7c6fd00/view)
 
Place of Performance
Address: Baumholder, DEU
Country: DEU
 
Record
SN07366415-F 20250312/250310230044 (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.