Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE: Department of State, Bureau of International Narcotics and Law Enforcement, Patrick Space Force Hangar Renovations

Notice Date
4/24/2025 12:34:37 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP25Z0019
 
Response Due
5/9/2025 11:00:00 AM
 
Archive Date
05/24/2025
 
Point of Contact
Isis Hill, Walter Love
 
E-Mail Address
isis.s.hill@usace.army.mil, walter.d.love@usace.army.mil
(isis.s.hill@usace.army.mil, walter.d.love@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Jacksonville District intends to issue a Design/Build Request for Proposal (RFP) for the design and renovation existing Hangar 985 and Building 986 at Patrick SFB, FL. Hangar 985 and Building 986 are bounded by an aircraft apron to the north, an access road to the west and east, and a parking lot to the south. Existing aprons, parking, roads, and other adjacent facilities will remain in place and in operation during construction except for parking immediately south of Hangar 985 and the aircraft apron north of the project site which will be used for construction laydown areas. Minor sitework to support utility infrastructure is required. Hangar 985 will be unoccupied prior to the start of abatement and demolition activities. The contractor will be required to completely gut and refurbish Hangar 985 from the building envelope in. Enlarging the wings for operational, administrative, and maintenance functions to create additional space will also be required. An addition to meet accessibility standards is also included. Contractor will renovate various spaces within Building 986 to improve the functionality of building services and eliminate current health hazards such as mold and bird droppings. A portion of the building will be occupied during renovations. Renovation of Building 986 will include the abatement necessary for areas being renovated, optional replacement of the existing hangar roof, replacement of the roof and roof structure of the east wing, replacement of bird netting in the high bay spaces, and the optional addition of fans and ventilation and fire protection in high bay space as well as updates to the office spaces and building services for these office spaces. The project is not expected to reach any trigger points requiring upgrades to antiterrorism/force protection (ATFP), accessibility, etc.; nonetheless, the project will ensure that the replacement of windows and doors will meet current ATFP requirements. TYPE OF CONTRACT: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract using the Two-Phase Design Build procedures identified in the FAR subpart 36.3. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) competitive procurement. NAICS CODE: 236220 - Commercial and Institutional Building Construction. Small Business Size Standard: $45 million. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. PROPOSAL REQUIREMENTS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This will be a two-phase Design/Build procurement process. Potential offerors are invited to submit their Prime Contractor and Designer of Record Past Performance, technical approach, and capability information as will be described in Phase I of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors: Past Performance for Prime Contractor and A/E Firm of Record and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Phase II the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors : Design Technical and Schedule, Small Business Participation, and Price. 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. THIS IS UNRESTRICTED. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. ANTICIPATED SOLICITATION RELEASE DATE: The solicitation will be issued on or about Tuesday, 13, May 2025 with a response date on or about Tuesday, 24 June 2025. Solicitation will be issued in electronic format only and will be posted on the Procurement Integrated Enterprise Environment (PIEE) website. REGISTRATION: In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the sam.gov website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Isis Hill Isis.S.Hill@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad36138d898d4cb8b9a32619c91382f8/view)
 
Place of Performance
Address: Patrick Air Force Base, FL, USA
Country: USA
 
Record
SN07420309-F 20250426/250424230047 (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.