Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

Z -- Repair Rodriguez Child Development Center (CDC), Ft. Bragg, NC

Notice Date
6/16/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-17-R-0025
 
Point of Contact
Julie Oliver, Phone: 912/652-5899, Nina Crow, Phone: 912-652-5131
 
E-Mail Address
julie.m.oliver@usace.army.mil, nina.g.crow@usace.army.mil
(julie.m.oliver@usace.army.mil, nina.g.crow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN-17-R-0025 for Repair Rodriguez CDC, B-7033, Ft. Bragg, NC, Cumberland County. This Project is needed to correct deficiencies to bring the 30 year old substandard Rodriguez Child Development Center (CDC), B-7033 into compliance with the Army Standard for Design of Child Development Centers. Repair includes building envelope for weather tightness (roof, exterior skin); engineering disciplines (plumbing, mechanical, electrical operations, and fire alarm detection and suppression operations); interior finishes (cleaning, painting, ceilings, flooring); communications (computer and telephone), etc. The project will also address ADA compliance issues for parking and building access. Supporting facilities include site improvements. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 30 Tons). Project will comply with EISA 2007, EPAct 2005, Executive Order (EO) 13423 and 13514, and other current Guiding Principles for High Performance and Sustainable Buildings. The project will follow the guidance detailed in the DOD Sustainable Buildings Policy and UFC 1-200-02 requirements will include demolition and roof repair. This will be a competitive acquisition for the award of a Firm Fixed-price C-type contract utilizing a Low Price Technically Acceptable (LPTA) best-value procurement method. The project will be set aside for small business concerns using the LPTA process in accordance with FAR 15.101-2(a) which requires Offerors to submit their Past Performance and Corporate Relevant Specialized Experience information initially for review and consideration by the Government. The Government will evaluate the proposals beginning with the lowest price to the highest price until it reaches the first responsive and responsible Offeror who achieves Acceptable ratings in both factors. That Offeror will be selected for award and the remainder of the proposals will not be evaluated. Pricing will not be rated during the past performance and experience evaluation, but it will be reviewed for price reasonableness. Only one award will be made from this solicitation to the Offeror whose proposal represents the best overall value. The basis of award is to make award to the Offeror whose proposal is technically acceptable and has the lowest price determined to be fair and reasonable. The Government may make award without discussions, so Offerors should not automatically assume they will not have an opportunity to participate in discussions or be asked to submit a revised offer. In accordance with FAR 36.204(g) the disclosure of magnitude is between $5,000,000.00 and $10,000,000.00. The Government must be able to verify your SBA certification. All interested firms, including Joint Ventures (JVs), must be approved under NAICS 236220, and have a current System for Award Management (SAM) registration at https://www.sam.gov. Firms must be able to adequately bond the project and provide evidence of capabilities to perform comparable work to include geographic span and project size. The Offeror shall identify the major or critical aspects of the requirements to be performed by those identified in the Teaming Arrangement. For Offerors interested in submitting proposals as a Service Disabled Veteran Owned Small Business, you are requested to submit the Department of Veteran Affairs (VA) Verification Letter verifying that your business has been approved as such and added to the verified Veteran business database at www.VetBiz.gov. The solicitation when posted, will be available free of charge by electronic posting at the Federal Business Opportunities Website (FedBizOps) http://www.fbo.gov. Project files are Portable Document Format (PDF) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the FedBizOps website. 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. Electronic proposal submission will be required through the AMRDEC website in accordance with specific instructions that will be identified in the forthcoming solicitation. Electronic submission sent via email or facsimile will not be accepted. Hand-carried proposal submission is not authorized. The AMRDEC website for registration and submission of proposals in https://safe/amrdec.army.mil/SAFE/Welcome.aspx. In accordance with FAR 52.228-1 Bid Guarantee, Offerors are required to submit an original bid bond for either 20% of the bid price, or $3M, whichever is less. Original bid bonds must be delivered by U.S. Mail by the time proposals are due, and in accordance with specific instructions that will be identified in the solicitation. It is tentatively expected that the solicitation will be issued on or about June 30, 2017 with proposals due 30 days after issuance (on or about July 30, 2017).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-R-0025/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, 100 West Oglethorpe Avenue, Savannah, Georgia, 31401, United States
Zip Code: 31401
 
Record
SN04548306-W 20170618/170616235245-74c0d116e9bfcf7514a879e3f40f68e1 (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.