Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Y -- DLA Aviation Operations Center, Phase II, Defense Supply Center Richmond (DSCR) (Amendment 3)

Notice Date
7/10/2020 3:05:53 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620R2005
 
Response Due
7/24/2020 12:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Tarik Booze, Phone: 7572017103, Fax: 7572017183, Katya Oxley, Phone: 7572017026
 
E-Mail Address
tarik.a.booze@usace.army.mil, ekaterina.oxley@usace.army.mil
(tarik.a.booze@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
Amendment 3 Amendment 0003 is issued to provide the following: 1. Revise language Section 5.2.2 �Evaluation Criteria� regarding, �Recency�, and �Relevancy�, defining criteria. 2. To include an additional Point of Contact:Synease McArthur for the Request Codes portion of the Instructions to Offerors. 3. To revise upcoming due dates. 4. To revise the CLIN structure. 5. To provide additional attachments to the solicitation package. All other terms and conditions remain unchanged. (Site Visit Attendance Sheet Available) W9123620R2005 DLA Aviation Operations Center, Phase II, Defense Supply Center Richmond (DSCR) Richmond, VA, This is NOT a solicitation The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) acquisition for a�Design-Bid-Build construction of the DLA Aviation Operations Center, Phase II, multi-story office building in an administrative operations center, in Richmond, VA. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited unrestricted, with full and open competition. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction, with a Business Standard of $39.5M and Product Service Code of Y1AA � Construction of Office Buildings. The magnitude of construction is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204 - Disclosure of the magnitude of construction projects. Project Description:� The DLA Aviation Operations Center Phase II project requirements will construct a multi-story office building of 281,075 SF to accommodate 1,622 employees in an administrative operations center. The Operations Center includes the following: open and individual administrative office and support areas (e.g., mail distribution, packing and �shipping spaces, reception space, reproduction area, unclassified conference and Video Tele-Conference (VTC) space, law library, kitchenette/break, restrooms, storage, equipment and supply rooms, passenger and service elevators), lightning protection, fire suppression, fire alarm, mass notification systems, Intrusion Detection System (IDS) and energy management control system (EMCS), and building information systems. The project will utilize conventional design and construction methods to accommodate the mission of the facility. The facility will be compatible with the Department of Defense (DoD), DLA, and Defense Supply Center, Richmond design standards. Local material and construction techniques will be used where cost effective. The facility will be designed as a permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The project will comply with DoD minimum Antiterrorism Standards for buildings per UFC 4-010-01. The project also includes emergency generators, site improvements, special foundations, parking and all necessary supporting facilities. The contract completion date will be 1020 calendar days after notice to proceed. Contractors will be required to submit bid bonds documents prior to award. The Government intends to award a firm fixed priced contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through a RFP Best Value Trade-off process. � The Best Value Trade-off consists of the following four evaluation factors: Factor 1 � Past Performance Factor 2 � Project Approach Factor 3 � Small Business Participation Plan Factor 4 � Price All technical evaluation factors (non-price factors), when combined, are considered approximately equal to price. The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov on or about May 27, 20202. Telephone calls or written requests for the RFP package will NOT be accepted. �Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract. For inquiries about this notice, please contact Mr. Tarik A. Booze at (757) 201-7103 or via email Tarik.a.booze@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7249882650224beaacf2f43347aac93d/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN05717600-F 20200712/200710230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.