Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

Z -- Addition/Alteration of the Curtis Bay (Baltimore, MD) Army Reserve Center (ARC)

Notice Date
12/3/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-14-R-0009
 
Response Due
1/16/2014
 
Archive Date
2/15/2014
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-14-R-0009 for the Addition/Alteration of the Curtis Bay (Baltimore, MD) Army Reserve Center (ARC) consisting of an approximately35,000 square foot (SF) addition and 3,500 SF addition to the existing training center; and the alteration of an approximately 3900 SF plus about 2,300 SF addition to the Maintenance Facility. The location of the 1SGT Adam S. Brand United States Army Reserve Center (ARC) is in Glen Burnie, Anne Arundel County, MD. Construction shall also provide complete associated supporting utilities, storm drainage, communications, electric, HVAC, CATV, Security, Mass Notification Systems, fire protection, exterior lighting, security fencing, site improvements and landscaping. Facilities must comply with DOD minimum antiterrorism force protection construction standards. The estimated cost range is between $5,000,000 and $10,000,000. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $31,500,000.00. This solicitation is classified Service Disabled Veteran Owned Small Business set aside and the basis for award is Best Value. Proposals will be evaluated by the government in accordance with the following criteria: Prime Contractor Experience, Past Performance, and Price and Pro Forma Information. Site visit information will be provided in the solicitation document. The construction cost limitation of this project is $9,017,000.00. Offerers are under no obligation to approach this ceiling. The performance period is 525 days. 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. TYPE OF SET-ASIDE: This acquisition will be an Service Disabled Veteran Owned Small Business set aside competitive procurement. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Relevant Prime Contractor Experience, Confidence in Prime Contractor Past Performance, Safety, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to cost or 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FARS 36.204. The target ceiling for this contract is approximately $9,017,000.00. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 16 December 2013. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. 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. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully 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 Contract Specialist, Bjorn Hale, at bjorn.t.hale@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03244785-W 20131205/131203234429-00b7a2ec1f4229b3b8f745b0851c4fa6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.