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

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR20R0050

Basic Details

started - 04 Sep, 2020 (about 3 years ago)

Start Date

04 Sep, 2020 (about 3 years ago)
due - 18 Jun, 2020 (about 3 years ago)

Due Date

18 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912QR20R0050

Identifier

W912QR20R0050
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)LRD (5560)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

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.

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.

USALocation

Place Of Performance : USA

Country : United States

You may also like

FY24 Maintenance and Repair (M&R) at Joint Base McGuire Dix Lakehurst (JBMDL)

Due: 03 May, 2024 (in 4 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2FCREPAIR OR ALTERATION OF TROOP HOUSING FACILITIES