Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

Y -- Ft McCoy Training Barracks

Notice Date
2/13/2020 7:17:12 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0027
 
Archive Date
04/01/2020
 
Point of Contact
Levi R. Speth, Phone: 5023156199
 
E-Mail Address
levi.r.speth@usace.army.mil
(levi.r.speth@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0027 for the construction of a four-story Transient Training (TT) Enlisted Barracks for Major Exercises, Annual Training, Battle Assembly, and Mobilization training at Fort McCoy, WI to house 400-soldiers approximately 60,000 SF.� Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, steel stud infill with drywall, masonry veneer walls, prefinished standing seam metal roofing, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems �and electrical systems. Supporting facilities include land clearing, paving, general site improvements, and utility connections.� �Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas.�� Sustainability/Energy measures are included.� � The project will contain the following options: 1) Concrete Sidewalk; 2) Mow Strip along Building Perimeter; 3) OMAR Funded Bona Fide Need Items. The Contract Duration is seven hundred eighty (780) calendar days from Contract 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. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement. In accordance with FAR 19.1307 the HUBZone price preference will be applicable.� SELECTION PROCESS: The proposals will be evaluated using a Best Value Tradeoff source selection process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204. � ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 28 Feb 2020 and approximate closing date on or about 31 Mar 2020. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management Contract Opportunities website, https://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 System for Award Management Contract Opportunities website, https://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://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, Levi Speth. He can be reached at 502-315-6199 or via email at levi.r.speth@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d727082dcb774178b6b1e5ce4a8288dd/view)
 
Place of Performance
Address: WI, USA
Country: USA
 
Record
SN05561939-F 20200215/200213230137 (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.