Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

Z -- Industry Day / Presolicitation Conference - Design-Build Maintenance and Repair Army Reserves (MRAR) for Army Reserve Center (ARC) at Delaware, OH

Notice Date
4/17/2025 1:24:49 PM
 
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
W912QR25ARCDELAWAREDesignBuildMRAR
 
Response Due
2/13/2025 7:00:00 AM
 
Archive Date
05/30/2025
 
Point of Contact
Rachael McClellan
 
E-Mail Address
Rachael.L.McClellan@usace.army.mil
(Rachael.L.McClellan@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On or about 21 April, the U.S. Army Corps of Engineers (USACE), Louisville District intends to issue Request for Proposal (RFP) W912QR25RA027 for a Maintenance and Repair, Army Reserve (MRAR) project to repair the 13,255 sf, 100-member Army Reserve Center (ARC) in Delaware, Ohio constructed in 1964. This project will repair failing facility components, extend the economic life of the facility by 25 years, and provide a modern training building that enables readiness for the Army Reserve unit stationed there. Building components and systems to be repaired include the Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. The project duration is currently 720 calendar days from Contract Notice to Proceed (NTP). 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. Award of this project is Subject to the Availability of Funds (SAF). Type of Set-Aside: Total Small Business Set-Aside Procurement. Seclection Process: This is a two-phase Design/Build procurement. Proposals will be evaluated using a Best Value Tradeoff Source Selection process. The technical information contained in each Offeror's proposal will be reviewed,evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will bedescribed in Section 00 22 16 and Section 00 22 18 of the Solicitation, for reviewand consideration by the Government. As will be described in Section 00 22 16 of the Solicitation, the selection processfor Phase I will evaluate such factors as Past Performance (for both the PrimeContractor and A/E Designer of Record) and Technical Approach forDesign/Build. Pro Forma Information such as bonding and financial capabilitywill also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, a target of five (5) of the mosthighly qualified offerors will be invited to participate in Phase II. The selectedofferors for Phase II will be requested to submit additional information as will bedescribed in Section 00 22 18 of the Solicitation, for review and evaluation by theGovernment. The selection process for Phase II will evaluate such factors as:Design Narrative, Management Plan, and Price. The Standard Form (SF) 1442 willalso be required. (NOTE: The evaluation factors for Phase II are subject to change with the Phase II amendment.) All evaluation factors, other than cost or price, are considered approximatelyequal to cost or price. DISCUSSIONS: The Government intends to award without discussions butreserves the right to conduct discussion should it be deemed in theGovernment's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project isanticipated to be between $10,000,000 and $25,000,000, in accordance withDFARS 236.204. Details regarding an Optional Site Visit will be included in the Phase II solicitation amendment, withthe actual date and time identified. Additional details can be found in thesolicitation and amendments when they are posted to https://sam.gov. SOLICITATION WEBSITES: The official solicitation, when posted, will beavailable free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov. Paper copies of the solicitationwill not be issued. Telephone, email, and fax requests for this solicitation willnot be honored. Project files are Portable Document Format (PDF) files and canbe viewed, navigated, or printed using Adobe Acrobat Reader. To be able todownload the solicitation for this project, contractors are required to register atthe System for Award Management at https://sam.gov. Amendments, if/whenissued, will be posted to the above referenced website for electronicdownloading. This will be the only method of distributing amendments prior toclosing; therefore, it is the Offerors� responsibility to check the websitesperiodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the followingdatabase: System for Award Management (SAM): Offerors shall have and shall maintain anactive registration in the SAM database at http://www.sam.gov to be eligible fora Government contract award. If the Offeror is a Joint Venture (JV), the JV entityshall have valid SAM registration in the SAM database representing the JV as onebusiness/firm/entity. If at the time of award an Offeror is not actively andsuccessfully 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 Rachael McClellan, at rachael.l.mcclellan@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses tothis synopsis are not required . PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/ Information regarding the U.S. Army Corps of Engineers process for settlingrequests for equitable adjustments and duration goals to achieve definitization ofequitable adjustments for change orders under construction contracts can befound by going to https://www.usace.army.mil/Business-With-Us/Partnering/ and then clicking on: ""View FFP Contract Changes Playbook Here."" The U.S. Army Corps of Engineers is hosting an Industry Day/Presolicitation Conference on Thursday, 13 February 2025. The conference will be a virtual meeting to provide information for an upcoming contracting opportunity. The Government is planning on issuing a Total Small Business Set-Aside solicitation for the Design-Build maintenance and repair of an Army Reserve Center (ARC) located at Delaware, Ohio. This event is open to Small and Socio-Economic Businesses who are registered in System for Award Management (SAM.gov) for the NAICS Code 236220 (Commercial and Institutional Building Construction). EVENT INFORMATION: Presolicitation Conference Date: Thursday, 13 February 2025 Time: 10:00 AM � 12:00 PM (Eastern Standard Time) - Informational Meeting The Presolicitation Conference informational presentation will be conducted virtually via Microsoft Teams. Microsoft Teams (Virtual Participation): https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_3fa1bbd9b5cb444eba4b850e34d2fe1d%40thread.v2/0?context=%7b%22Tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22Oid%22%3a%22400fd690-10a9-4266-aafc-53bae9343b24%22%7d Meeting ID: 993 591 737 193 Passcode: LS3ii3zv Dial-In By Phone: +1 503-207-9433,,590067390# Phone Conference ID: 590 067 390# Registration Those who participate in the Industry Day/Presolicitation Conference Virtually or Call-In by Telephone will be asked to provide the following information when signing in for the event: Company/Organization Name Unique Entity ID CAGE Code First and Last Name of each individual participating or attending from your company/organization Email Address(es) QUESTIONS: For questions regarding this announcement, please email Rachael.L.McClellan@usace.army.mil with the subject line ""Delaware ARC Industry Day"". Please note that following the conclusion of the Industry Day, this posting will be updated to include the Industry Day Presentation. Please �follow� this announcement for any future updates. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a68ed213e55e42dfb357fb0c4a149a48/view)
 
Place of Performance
Address: Delaware, OH, USA
Country: USA
 
Record
SN07412668-F 20250419/250417230045 (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.