Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

Z -- Renovate Overflow Processing Center, Nogales Border Patrol Station, Nogales AZ

Notice Date
6/29/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0036
 
Archive Date
9/13/2016
 
Point of Contact
Christina M. Chavez, Phone: 2134523246, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
christina.chavez@usace.army.mil, sandra.oquita@usace.army.mil
(christina.chavez@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The U.S. Army Corps of Engineers Los Angeles District is soliciting for award of a construction contract to Renovate Overflow Processing Center, Nogales Border Patrol Station, Nogales AZ. Scope of Work: The Overflow Processing Center (OPC) is located at the Nogales (NGL) Border Patrol Station (BPS) on Customs and Border Patrol (CBP) owned property and is in a 175,003 square foot pre-engineered metal building, called the Warehouse Area. This building is a one-story high-bay structure on the north side of the Administration Area, which also houses general storage along with Detention & Sally Port, and Vehicle Maintenance. Currently the OPC has the capacity to process up to 1,100 Detainees. The objective of the project is to segregate/separate the current OPC from the adjacent functions (sally port, vehicle maintenance, storage, etc.) currently occupying the warehouse, which is required because of the recent need for increased processing at the NGL BPS. To do this, the warehouse will be renovated in two phases. Phase I will consist of installation of a new HVAC system and the construction of a fire-rated separation wall to segregate/separate the OPC from the adjacent functions. Installation of magnetic locks on detention cell doors will be awarded as an option item, pending available funding. The HVAC system will provide heating, ventilation, and air conditioning for the OPC. Evaporative coolers will also be added to the vehicle maintenance area. Phase II will consist of installation of a new fire alarm system and modifying the existing fire control systems, upgrading electrical power to the dining area in the OPC, repairing existing HVAC pressurization issues in the detention area, installing exhaust and ventilation in the vehicle maintenance area, repair cross-bracing for structural elements in the warehouse, and upgrading certain existing walls and doors to meet fire protection code. Phase I will be issued as an 8(a) Set Aside to 8(a) contractors in SBA's Region 9, which include California, Arizona, and Nevada, as a Competitive Request for Proposal (RFP), using BEST VALUE - LOWEST PRICE TECHINICALLY ACCEPTABLE (LPTA) procedures resulting in a firm fixed-price contract. Phase II will be awarded as an 8(a) Sole Source negotiated contract to the awardee of the Phase I, which will also result in a firm fixed-price contract. Phase I will be based on the best value approach considering technical evaluation factors and price. Both a technical proposal and a price proposal will be required. Evaluation factors may consist of the following: EXPERIENCE ON SIMILAR CONTRACTS, PAST PERFORMANCE, SPECIALIZED EXPERIENCE (HVAC & FIRE CONTROL), KEY PERSONNEL QUALIFICATIONS AND CONSTRUCTION EXPERIENCE, and SCHEDULE. The aforementioned evaluation factors may not be all inclusive. There will be one pricing schedule for this project with a Performance Period of 270 days for Phase I and for Phase II approximately 150 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is NAICS code 236220-Commercial and Institutional Building Construction, will be a more appropriate NAICS code for the entire project (Phase I and Phase II), $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project for Phase I is between $1,000,000 and $5,000,000 and Phase II is between $1,000,000 and $5,000,000. The solicitation will be available on or about 28 July 2016 with submittals due on or about 29 August 2016. Solicitation W912PL-16-R-0036 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide or contact the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION NEGOTIATION, AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0036/listing.html)
 
Place of Performance
Address: Nogales Border Patrol Station, Nogales AZ., Nogales, Arizona, 85621, United States
Zip Code: 85621
 
Record
SN04165737-W 20160701/160629234642-3283a27bc2f625ae62028b7c1437e8fc (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.