Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOLICITATION NOTICE

Y -- Renovate / Construction for New AFRL Offices in Building F/20254 at WPAFB, OH

Notice Date
12/6/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-R-0009
 
Archive Date
2/8/2017
 
Point of Contact
Michael D. Hutchens,
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@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-17-R-0009 for the Renovate/Construction for New AFRL Offices, F/20254 Project. The total project encompasses 46,600 square feet. The project will consist of the construction of approximately 9,500 square feet of new administrative space over two new elevated floors to be constructed within the footprint of the existing East high bay laboratories (Minor Construction), and the renovation of 37,100 square feet in the two floors of the north wing of the building, and the first floor and basement of the East Bay (Repair). The scope of the construction includes open office administrative space, conference rooms, and private offices designed and constructed in accordance with ICD 705 including perimeter security/alarm notification systems, security control systems and floor to ceiling sound rated interior walls. In addition the 1,725 square foot existing basement under the East Bay addition will be renovated into a storage room (included in Repair). All ceilings except for the anechoic chamber will be removed and replaced as a part of this work. The control room for the anechoic chamber shall be expanded and modernized to enhanced test control operations for the chamber. The HVAC system within Building 254 is currently at the end of its useful life and a number of AHU's will be replaced along with replacement of the DX and air cooled chillers. There will be a conversion from steam to hot water heat exchangers and boilers to eliminate steam usage for the building. The HVAC system in the newer West Addition, constructed in 2007, will remain. The Government will procure all Furniture (FF&E) through the AFICA contract and install all FF&E in a separate contract. The project contains an option: Option 1) Additional minor construction on the new 3rd floor in the East Bay. The Contract Duration is five hundred forty (540) calendar days from Notice to Proceed. 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. The Size Determination is $36.5 Million. TYPE OF SET-ASIDE: This acquisition will be a Full and Open (Unrestricted) procurement. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Potential offerors are invited to submit their performance, technical, and capability information; as will be described in the Section 00112 of the Solicitation, for review and consideration by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. 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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 21 December 2016. 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. Responses to this synopsis are not required. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the 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, Michael Hutchens, at Michael.D.Hutchens@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0009/listing.html)
 
Record
SN04343754-W 20161208/161206234337-8a5f7028d233df6908ebac8a839a96b4 (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.