FFR JBMDL TT Bks 5503

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR21R0054

Basic Details

started - 07 Jun, 2021 (about 2 years ago)

Start Date

07 Jun, 2021 (about 2 years ago)
due - 27 Jul, 2021 (about 2 years ago)

Due Date

27 Jul, 2021 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912QR21R0054

Identifier

W912QR21R0054
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (711428)DEPT OF THE ARMY (133387)USACE (38243)LRD (5579)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) W912QR21R0054 for the Full Facility Restoration (FFR) of a three-story Transient Troop (TT) barracks, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey.  The TT barracks includes approximately 39,770 square feet of usable floor space. The project involves the modernization of an existing concrete framed and CMU Walled barracks.  The modernization will include renovation of a 2+0 configuration based on existing conditions and attached auditorium and administration area in the hammerhead. When necessary to construct to the desired configuration, non-load bearing and/or load bearing walls may be moved. Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities.  The bathrooms will be completely upgraded with new bathroom fixtures, piping, showers and toilet facilities. The
existing HVAC system will be replaced with appropriate system for individual room control. The existing electrical system will be upgraded to allow the facility to handle computers in rooms and prevent spikes and brownouts. Lighting will be improved. The interior renovations will include improved interior finishes such as drop ceilings, wall-coverings, tile and carpeting. Telecommunications work will supply one phone line, one cable television connection and one network connection to each bedroom. An appropriate number of phone lines, cable television connections and network connections will be supplied to the common areas. Life Safety upgrades will provide the appropriate alarm/suppression systems to protect and alert personnel. External improvements will include a new roof, new windows, and a mow strip. 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 project will contain the following options: 1) OMAR Bona Fide Need Equipment; 2) Entry Canopies; 3) Fire Pump; 4) Paving; 5) Painting Large Steel Canopy.The Contract Duration is seven hundred twenty (720) calendar days from Contract Notice to Proceed.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 competitive procurement. SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.All evaluation factors, other than cost or price, are considered approximately equal to cost or price.CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 and less than $25,000,000 in accordance with DFARS 236.204.  The target ceiling for this contract is approximately $10,000,000. Offerors are under no obligation to approach this ceiling.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.ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 25 May 2021 and approximate closing date on or about 02 Sept 2020. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted.PRE-PROPOSAL CONFERENCE:  A pre-proposal conference will be held following the issuance of the Phase II solicitation to the Offerors selected to move forward.  The exact location and time will be included in the solicitation.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.POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Adam Wantland at Adam.M.Wantland@usace.army.mil.

NJ   USALocation

Place Of Performance : N/A

Country : United States

Classification

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