Pre-Solicitation -W912HN23R4003 - Project No: UHHZ113000 Building 231 Second Story Addition Robins Air Force Base, Georgia

expired opportunity(Expired)
From: Federal Government(Federal)
W912HN23R4003

Basic Details

started - 22 Dec, 2022 (16 months ago)

Start Date

22 Dec, 2022 (16 months ago)
due - 06 Jan, 2023 (16 months ago)

Due Date

06 Jan, 2023 (16 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912HN23R4003

Identifier

W912HN23R4003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710429)DEPT OF THE ARMY (133321)USACE (38203)SAD (4501)US ARMY ENGINEER DISTRICT SAVANNAH (719)
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.

Pre-Solicitation Notice Synopsis For W912HN23R4003Project Number: UHHZ113000 B231Second Addition, Warner Robins Air Base Warner Robins, GA.The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN23R4003 for Project Number: UHHZ113000, B231 Second Story Addition at Warner Robins Air Base, GA. Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract.Type of Contract & NAICS: This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, with size standard of $45M.Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code identified above.Construction Magnitude: In
accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10M-$25M.Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 6 January 2023 and approximate closing date is on or about 7 February 2023. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.Period of Performance: The period of performance including all options is 900 Calendar Days after the issuance of the notice to proceed.Project scope: This project encompasses a 20,654 square-foot second-floor addition of Administration space over an existing 20,654 square-foot building of the same occupancy type. The existing building is IBC Type IIB construction of masonry and unprotected steel, with an EIFS exterior wall finish over CMU walls and a flat membrane roof. The existing administrative area was originally design for the roof to act as a floor to a future second-story addition. The existing ground floor of the area consists of a reinforced slab-on-grade floor, reinforced CMU exterior and interior walls with footings, interior steel columns with footings and steel joists/beams with concrete-filled deck for the roof (floor of future second-story). The new second story addition matches the existing EIFS wall construction and will utilize the existing roof slab as the second-floor slab. Mechanical/Plumbing/Electrical scope will include updating the UMCS for heating, ventilation, and air conditioning systems of the second floor, along with new domestic water, domestic hot water and sanitary sewer and vent. The chilled water equipment, new air handling unit, and fan coil units will tie into the existing 100-ton capacity chiller. The new second floor addition is designed to meet current code and UFC requirements. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project.If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror.Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.Point of Contacts: For this acquisition, the contracting officer is Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil., and the Contract Specialist is MSG Shermaine Malone, whose e-mail address is shermaine.d.malone@usace.army.mil

Warner Robins ,
 GA   USALocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Warner Robins

Classification