Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912HN19B3005
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Invitation for Bid (IFB) W912HN19B3005 for the Supply Support Activity Warehouse, PN 91311, Fort Stewart, GA....
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Invitation for Bid (IFB) W912HN19B3005 for the Supply Support Activity Warehouse, PN 91311, Fort Stewart, GA. Project scope: Construct a standard design General Purpose Storage Building for use as a Supply Support Activity (SSA) Warehouse approximately 11,000 SF. Facility includes administrative area and warehouse area with roll up doors. Building systems include HVAC, plumbing, fire alarm, mass notification, fire suppression, energy management and building controls, telephone cabling, communications networks, intrusion detection building infrastructure, and electronic access control systems. Supporting facilities include site preparation, utilities (electrical, water, sanitary sewer, natural gas, and information systems), site lighting, vehicle parking, access drives, pavements, curb and gutter, sidewalks, storm drainage, landscaping, localized site demolition, and other site improvements. The subsequent Contract will result in a C-Type design-bid-build construction contract with a base bid award and options The Period of Performance is 420 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be 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 $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a 100% small business set-aside procurement. CONSTRUCTION MAGNITUDE: In accordance with FARS 36.204, the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 18 June 2019 and approximate closing date is on or about 18 July 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.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 Federal Business Opportunities website at http://www.fbo.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 Contract Specialist Gerard Leo at gerard.f.leo@usace.army.mil