Vertical Skills (Material Handling) and General Instruction Classroom facilities at JBMDL, New Jersey

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR22R0055

Basic Details

started - 31 Mar, 2022 (about 2 years ago)

Start Date

31 Mar, 2022 (about 2 years ago)
due - 31 Dec, 2022 (15 months ago)

Due Date

31 Dec, 2022 (15 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912QR22R0055

Identifier

W912QR22R0055
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698488)DEPT OF THE ARMY (131657)USACE (37559)LRD (5483)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0055 to construct new Vertical Skills (Material Handling) and General Instruction Classroom facilities at Joint Base McGuire-Dix-Lakehurst, New Jersey. The building is approximately 9,500 SF. Building will be of semi-permanent construction with concrete floor slabs; pre-engineered steel panels; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include repairs to paving and fencing, and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 25 years in
accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance.The project contains options such as:  repaving a parking lot, added latrine, HVLS fans, and an HVAC enclosure.The Contract Duration is estimated at 365 calendar days from Contract Award.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 small business set aside.SELECTION PROCESS: This is a single-phase Design/Bid/Build procurement.  The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror’s proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management plan, and Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.  DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 236.204.  The target ceiling for this contract is approximately $5,700,000.  Offerors are under no obligation to approach this ceiling.ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 June 2022. Details regarding the Optional Site Visit will be included in the solicitation.  Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov.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 (SAM) database at http://www.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 SAM website at http://www.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 Jessica Manley, at Jessica.Manley@usace.army.mil  This announcement serves as the Advance Notice for this project.  Responses to this synopsis are not required. 

Trenton ,
 NJ   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS