Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Y -- Two-Phase Design Build Zone 8 Emergency Operations Center Tyndall AFB, FL

Notice Date
8/14/2020 11:16:53 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0042
 
Response Due
10/15/2020 12:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
MICHAEL J. SCISM, Phone: 2514415519, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
michael.j.scism@usace.army.mil, kyle.m.rodgers@usace.army.mil
(michael.j.scism@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Date Solicitation�� Documents Available (Approx.): 10 SEP 2020 THIS IS A TOTAL SMALL BUSINESS SETASIDE THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), TWO-PHASE DESIGN-BUILD SOURCE SELECTION SOLICITATION THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. This project is a Best Value, two-phase design-build solicitation.� A detailed project description and overall project performance requirements for this project will be included in the Request For Proposals (RFP) package.� The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements.� The successful Contractor must design and construct complete and usable facilities, as described in the RFP documents.� One solicitation will be issued covering both phases. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two, and an amendment will be issued to those selected offerors.� Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability.� Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request For Proposals.� A maximum of five (5) firms will be invited to participate in the second phase. ESTIMATED COST RANGE PROJECT Between $10M-$25M. Offers Covering The Project Restricted to Small Business�� Yes_ X __ ��No_ _ Restricted to 8(a) Competitive for Region IV�� Yes___ ��No_X__ Subcontracting Plan Required��� Yes___ ��No_ X __ Design and construction of a consolidated facility for emergency management, emergency operations center and alternate command post. This project includes a backup generator, all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make a complete and usable facility.� The facility will also house the Emergency Operations Center function. The EOC will provide secure space including an operations floor, command room, conference and briefing rooms, and administrative offices.� The alternate command post is the focal point for emergency action, flight following, and operational reporting functions. The alternate command post will include administrative offices, briefing rooms, storage, break area, and communications center. The North American Industry Classification System (NAICS) code for this project is 236220. Field Office:� Tyndall Resident Office POC: Dana Hobbs, 850-283-4431 Project Manager: Brian Dykes, 251-690-3431 Project Engineer: Louis Boisnier, 251-690-2872 A/E:� AECOM Technical Services POC: Michael Burbridge, 540-857-3383 michael.burbridge@aecom.com� � Specification Engineer:� Marie Klusman, 251-694-3644������������������������������������������������ Contract Specialist: Mike Scism, 251-441-5519 Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in beta.sam.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract.� Solicitation documents, plans and specifications will only be available via beta.sam.gov.� Registration for plans and specifications should be made via beta.sam.gov.� If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� This solicitation will not be issued on CD-ROM.� Neither telephonic, mailed, nor fax requests will be accepted.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. �The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest.� NOTE:� This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2:� All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. Note No. 3:� Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years.� Note No. 5:� This solicitation includes bid options which may not be awarded. Note No. 6:� All advertisements of Mobile District projects will be through beta.sam.gov.� Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at:� https://www.beta.sam.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. Note No. 7:� A Contractor Site Visit will be conducted with those offerors advancing to Phase Two.� Phase Two offerors will be notified via amendment, as to when and where the site visit will be conducted. Note No. 8:� The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from beta.sam.gov.� Other forms of communicating RFIs to the Government will not be honored.� The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.) -- END --
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df072938dcf7416597f0d052a5317272/view)
 
Place of Performance
Address: Tyndall AFB, FL, USA
Country: USA
 
Record
SN05758562-F 20200816/200814230153 (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.