SOLICITATION NOTICE
Y -- Virgin Islands Army National Guard Civil Support Team (CST) Ready Building
- Notice Date
- 5/8/2025 1:19:24 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SR ENDIST CARIBBEAN(PROVIS) SAN JUAN PR 00918-0000 USA
- ZIP Code
- 00918-0000
- Solicitation Number
- W51DQV25RA008
- Response Due
- 5/23/2025 9:00:00 AM
- Archive Date
- 06/06/2025
- Point of Contact
- Samuela Adams, Phone: 8178861168, Nicole Fauntleroy, Phone: 9177906139
- E-Mail Address
-
samuela.y.adams@usace.army.mil, nicole.fauntleroy@usace.army.mil
(samuela.y.adams@usace.army.mil, nicole.fauntleroy@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Caribbean District, U.S. Army Corps of Engineers intends to issue a Request for Proposal (RFP) to award a Firm-Fixed Price (FFP) Stand-Alone Construction Contract. This requirement is for Virgin Islands Army National Guard Civil Support Team (CST) Ready Building that will include design and construct a permanent 18,340 square foot specially designed Ready Building. Comprehensive interior design services are requested. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480. Construction will include all utility services, information systems, fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas and site improvements. Facilities will be designed to a minimum life of 50 years in accordance with DoDs Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA (IE and E) Sustainable Design and Development Policy updated 2017. Access for individuals with disabilities will be provided. Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided. The contract will be awarded using the procedures outlined in Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. Award will be made to the offeror whose proposal conforms to the solicitation and has been evaluated as the most advantageous to the Government, all factors considered. All responsive proposals will be evaluated utilizing the following factors: (1) Technical Approach; (2) Past Performance; and (3) Price. Award may not necessarily be made to the lowest priced offeror. The Solicitation Documents will be available on or about May 22, 2025, online at https://www.sam.gov. To be eligible for contract award, an offeror must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov as well as the Procurement Integrated Enterprise Environment (PIEE) at https://PIEE.eb.mil. The PIEE system will be utilized to submit the proposal. Range of Magnitude (ROM) is between $25,000,000.00 and $100,000,000.00. Period of Performance: 1460 calendar days from Notice to Proceed. A NAICS Code of 236220 - Commercial and Institutional Building Construction, has been established for this solicitation with a size standard of $45 million in average annual receipts. THIS IS A SMALL BUSINESS SET ASIDE ACQUISITION. ALL RESPONSIBLE CONTRACTORS ARE ENCOURAGED TO PARTICIPATE. Questions may be submitted to Samuela Adams, Contract Specialist at Samuela.y.adams@usace.army.mil and Nicole Fauntleroy, Contracting Officer at Nicole.C.Fauntleroy@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f290ee41fd7b48028fd17ad6f4d1055f/view)
- Place of Performance
- Address: Frederiksted, VI USA
- Record
- SN07435745-F 20250510/250508230048 (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 |