Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

Z -- Renovate Barracks 267, Fort Irwin, CA

Notice Date
7/13/2016
 
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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0064
 
Archive Date
9/13/2016
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Barracks 267 will be upgraded to meet current building codes and standards. Barracks 267 is a 3 story building. It is a CMU building with a stucco finish that is deteriorated, and needs to be removed and shall be covered with a new EIFS wall system. Current interior finishes are dated and worn, and need to be remodeled, including windows to meet ATFP, new paint, new ceiling, new floor finish (epoxy matrix), new plumbing, vanities as well as replace finishes in bathroom and some fixtures. All power and lighting within the building envelope will be demolished and replaced. Existing lighting is antiquated and in varying states of functionality as well as existing power receptacles and will need upgrading. Main service equipment is undersized. A new Fire Alarm/Mass Notification System was installed in 2013. The existing system will be protected in place with minimal modifications to integrate with the new Fire protection (suppression) system to be installed under this project including underground utilities. The contractor will be responsible for the system components five feet and greater from the building. This includes coordination, connection to the distribution main, cathodic protection requirements, supervised post indicating valve, hydrant spacing, and backflow preventer. Sleeping Unit rooms are heated and cooled by individual two pipe fan coil units which will need upgrading. The acquisition will be conducted under a competitively negotiated source selection process. Both a technical proposal and a price proposal will be required. The acquisition strategy is Best Value "Lowest Price Technically Acceptable." Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Non-cost factors (evaluation factors) may consist of the following: Construction Experience; Past Performance on projects similar in nature; Key Personnel (project superintendent, Quality Control Manager, Safety Manager). The aforementioned evaluation factors may not be all inclusive. In accordance with FAR 36.204(g) the magnitude of construction of this project is between $5,000,000.00 - $10,000,000.00. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. Any award resulting from this solicitation will be made to a small business concern. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. The solicitation will be available on or about July 28th 2016. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov for downloading. It is the responsibility of the offeror to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0064/listing.html)
 
Place of Performance
Address: National Training Center, Fort Irwin, CA, Fort Irwin, California, 92310-0048, United States
Zip Code: 92310-0048
 
Record
SN04181346-W 20160715/160713235037-a65e91d52c563d3d6dc8599d0496cca6 (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.