Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

Y -- Uranium Processing Facility, Construction Support Building, Y-12 National Security Complex

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-15-R-0047
 
Archive Date
12/31/2015
 
Point of Contact
Brenna A. Crawford, Phone: 5023156182
 
E-Mail Address
brenna.a.crawford@usace.army.mil
(brenna.a.crawford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0047 for the Uranium Processing Facility (UPF), Construction Support Building (CSB) at the Y-12 National Security Complex. Design and Construct a three-story, weather tight, fully accessible, Construction Support Building (CSB) at the Y-12 National Security Complex. Building will be of permanent construction not to exceed a building footprint size of (120'-0" x 180'-0") not to exceed a total gross square footage (SF) of 64,800. Work includes design and construction of site work to a line 5' outside the perimeter building only and utilities to the 5' line only, building foundations, architectural components and systems including Insulated Concrete Forms (ICF) for exterior wall construction, Geo-exchange (Ground Source Heat Pump HVAC Systems), plumbing systems, low slope EDPM roofing, electrical and telecommunications systems, automatic fire protection and detection systems, and sustainable design requirements including High Performance Sustainable Buildings (HPSB) and (USGBC) Leadership in Environmental Design (LEED) Certified Gold while maximizing Energy and Atmosphere credit 1 points achieved. The Contract Duration is Four Hundred Eighty-Five (485) calendar days from Contract Award. 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 Unrestricted Procurement. SELECTION PROCESS: This is a two phase procurement. The proposals will be evaluated using a Best Value Trade Off 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: Past Performance and Technical for Phase I. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. The proposal for Phase II will consist of the following at a minimum: Design-Technical, Schedule, Small Business Participation Plan and Price. All evaluation factors, other than price, when combined, are considered equal to cost or price. Offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a PLA with one or more appropriate labor organizations for the term of the resulting Contract. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000.00, in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 03 September 2015. Details regarding the Optional Site Visit will be included in the solicitation. 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, Brenna Crawford, at Brenna.a.crawford@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-15-R-0047/listing.html)
 
Place of Performance
Address: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, Kentucky, 40202-2230, United States
Zip Code: 40202-2230
 
Record
SN03867796-W 20150904/150902235627-fce4c880dcb4bd88d177d495f1dd5c9e (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  © 1994-2020, Loren Data Corp.