Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

Y -- Construction of Access Control Point at Fort McCoy, Wisconsin

Notice Date
1/18/2017
 
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-70181758
 
Point of Contact
Justin Bennett, Phone: 5023156203
 
E-Mail Address
justin.k.bennett@usace.army.mil
(justin.k.bennett@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 the construction of a new Access Control Point at Fort McCoy, Wisconsin. Construction of a new Access Control Point with ID check area, search area office (combined gatehouse and search office functions), inspection canopies, roadways, traffic control signals, active and passive vehicle barriers (K-12 or M50 rated type) with associated safety and comprehensive control systems, information systems, uninterruptable power system (UPS), closed circuit TV (CC TV), and intrusion detection system (IDS). The Contract Duration is 540 calendar days from contract award. TYPE OF CONTRACT AND NAICS: This RFP will be one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 with a size standard of $36,500,000.00. TYPE OF SET-ASIDE: This acquisition will be a Full and Open procurement with the HUBZONE Price Evaluation Preference and the basis for award is best value. Proposals will be evaluated by the government in accordance with the submission requirements and evaluation criteria found in the solicitation. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000.00 and $10,000,000.00, in accordance with FAR 36.204. The target ceiling for this contract is approximately $8,037,000.00. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 02 February 2017. 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 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. This announcement serves as the Advance Notice for this project. Responses to the synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-70181758/listing.html)
 
Place of Performance
Address: Fort McCoy, Wisconsin, United States
 
Record
SN04374604-W 20170120/170118234804-48989f00e232500cc385fba97471cc83 (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.