Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2025 SAM #8518
SOLICITATION NOTICE

Z -- Renovate Bldg. 59D Robins AFB, GA

Notice Date
3/21/2025 7:27:20 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN25BA007
 
Response Due
4/7/2025 8:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Gregory Graham, Phone: 9126525476, Alicia Scott, Phone: 9125255005
 
E-Mail Address
gregory.m.graham@usace.army.mil, alicia.d.scott@usace.army.mil
(gregory.m.graham@usace.army.mil, alicia.d.scott@usace.army.mil)
 
Description
Pre-Solicitation Notice Synopsis For W912HN25BA007 Project No.: UHHZ143000 Renovate Bldg. 59D Robins AFB, GA The U.S. Army Corps of Engineers {USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN24BA007 for Project Number: UHHZ143000, Renovate Bldg. 59D, Robins AFB, GA. Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract. Type of Contract & NAICS: This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220� Commercial and Institutional Building Construction, with size standard of $45M. Product Service Code: Z2JZ- Repair or Alteration of Miscellaneous Buildings. Type of Set-Aside: This acquisition is being offered as full and open, unrestricted with a HUB Zone evaluation preference. Construction Magnitude: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 7 April 2025 and the approximate closing date is on or about 7 May 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Period of Performance: The period of performance including all options is 540 Calendar Days after the issuance of the notice to proceed. Project Scope: All work necessary to repair/renovate approximately 142,202 square feet (13,211 square meters) of the existing dry de-paint process to a chemical process in Building 59. Paint processes will occur simultaneously in both Building 59P and Building 59D. In Building 59D, work shall consist of, but not be limited to: Replace concrete dock floor and trench drain system. Repair roof vibration issues from the exhaust fans. Repair dust filtration system, central plant system, chillers, cooling towers, pumps, fans, motors, outside air handling units and associated piping, fire alarm and fire sprinkler systems, security lighting, communication support, roofing system, chemical pre-treatment system, and electrical systems. Clean residual paint dusts. Provide cybersecurity for the facility related HVAC control system. Additionally, all work necessary to replace the damaged fire control system in Building 62 will be completed. Work shall consist of, but not be limited to, replacing the fire protection pumps (including the jockey pump), motors, controllers, isolation valves (including tamper switches), transformer, and GFCI outlets. The pumps will be connected back to the existing piping and the motors, controllers, transformer, and GFCI outlets will be connected to the existing electrical power connections. New water lines will be installed to provide cooling water for the packing on the pumps. An existing 4-inch pipe will be rerouted to provide better access to the equipment. Install industrial lift station and associated piping. This project is fully designed, and all technical specifications and drawings will be provided at the issuance of the Solicitation. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System {SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts: Contracting Officer - Mr. Greg Graham - gregory.m.graham@usace.army.mil Contract Specialist- Ms. Alicia Scott - alicia.d.scott@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a9768abd27b542d59f2debec61fd9d38/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07380979-F 20250323/250321230045 (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.