Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Y -- SOF Combined Squad Ops Facility, Duke Field, FL

Notice Date
1/13/2021 12:23:06 PM
 
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
W9127821R0006
 
Response Due
2/8/2021 12:00:00 PM
 
Archive Date
02/23/2021
 
Point of Contact
Mr. Elisha (Eli) Couch, Phone: (251) 690-3354
 
E-Mail Address
elisha.couch@usace.army.mil
(elisha.couch@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A TOTAL SMALL BUSINESS SET-ASIDE UTILIZING FAR PART 15 SOURCE SELECTION PROCEDURES THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. Construct a 36,700 sf 2-story operations facility shall have foundation and floor slab, structural framing, insulated walls and roofs, environmental control (HVAC), fire detection and suppression. Functional areas include administration, planning and briefing areas, formal training, secure open storage and planning vault, mobility storage, and aircrew flight equipment storage and maintenance for each crew member. Includes utilities, pavements, site improvements, communications and all other necessary support. Project provides new road with associated primary utilities and realignment of existing as required. Special site conditions exist which will require extra clearing, additional fill and stabilization of the site. Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Estimated Cost Range of Project is $10,000,000 - $25,000,000 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 Internet Homepage.� 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 not 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 or five 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:�� Site Visit information will be posted with the solicitation. 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/4b78d85a56dc49fe8772904576ee7ea9/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05891238-F 20210115/210113230105 (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.