Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

Y -- Columbarium at Crown Hill Cemetery

Notice Date
11/7/2019
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US 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
W912QR20R0007
 
Point of Contact
Miriaha D Sigmon, Phone: 5023156852
 
E-Mail Address
miriaha.d.sigmon@usace.army.mil
(miriaha.d.sigmon@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0007 for the Construction of a Columbarium located at the Crown Hill Cemetery in Indianapolis, IN as part of the Indy Urban Initiative - Initial Plan. This project includes the expansion to accommodate cremated remains in a columbarium and will be developed as a satellite facility to the existing Crown Hill National Cemetery. The initial construction project will include columbarium walls providing 2,500 niches and the necessary support facilities to provide for cemetery operations and maintenance. The construction of the columbarium and improvements to the cemetery site include, US Flagpole, Cortege Staging area, Committal Service Shelter, Memorial Marker Wall, and an Administrative support building which includes public restrooms with electronic gravesite locator, and Maintenance storage area. Contract duration is estimated at 540 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation. 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 237990 Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This is 100% set-aside for Service Disabled Veteran-Owned Small Business (SDVOSB). CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror's proposal will be reviewed, evaluated, and rated by the Government. Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance; Management Approach (Subfactors include Risk Management Plan and Schedule), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or price. 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. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 November 2019. 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://beta.sam.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://beta.sam.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://beta.sam.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://beta.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 the Contract Specialist, Miriaha Sigmon, at miriaha.d.sigmon@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR20R0007/listing.html)
 
Place of Performance
Address: Indianapolis, Indiana, United States
 
Record
SN05492205-W 20191109/191107230913-99fd6c4830ce02b3c6ef64d25bf8e4d5 (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.