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

Z -- Design/Build Full Facility Renovation (FFR) for Bldg. 5406 at Joint Base McGuire Dix Lakehurt (JBMDL), NJ

Notice Date
8/14/2020 5:02:40 PM
 
Notice Type
Solicitation
 
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
W912QR20R0050
 
Response Due
6/18/2020 7:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Joshua A. Gitchel, Phone: 5023156196
 
E-Mail Address
joshua.gitchel@usace.army.mil
(joshua.gitchel@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District is issuing a Request for Proposal (RFP) W912QR-20-R-0050 for the Full Facility Restoration (FFR) of a three-story Officer Enlisted (OES) barracks, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey.� The OES barracks includes approximately 39,770 square feet of usable floor space.� This facility was previously renovated in 2003.� The project involves the modernization of an existing concrete framed and CMU Walled barracks with attached processing and administration area in the hammerhead.� External improvements will include a new roof, new windows, and a mow strip. �Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities.� The HVAC system will be required to have individual room controls.� Bathrooms will require new fixtures, showers, and toilets. �Additional interior improvements may include new or replacement floor coverings, new or replacement wall coverings, and new or replacement ceiling 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 Contract Duration is seven hundred twenty (720) calendar days from Contract Notice to Proceed. This acquisition will be a Total Small Business Set-Aside for a single Firm Fixed Price contract. The basis of award will be the Best Value Tradeoff source selection process. The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204. The target ceiling for this contract is approximately $11,500,000. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only 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. Amendments, if/when issued, will be posted to the 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de480109f4724830871a816a7009bc24/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758606-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.