Repair Building 29802 (Moran Hall South), Fort Gordon, GA
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal for W912HN19R3001 for the construction of Repair Building 29802 (Moran Hall South), Fort Gordon, GA. ... The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal for W912HN19R3001 for the construction of Repair Building 29802 (Moran Hall South), Fort Gordon, GA. Contractor shall furnish all labor, equipment, materials and incidentals necessary to provide and construct the facility which includes: Convert an existing building to provide an Automation-Aided Instructional facility containing training and classroom spaces. Primary facilities include the instructional building, cyber security measures, redundant electrical service, uninterruptable power system installation, antiterrorism/force protection measures, and building information systems. Building information systems for this facility are unique in nature and not included in the unit cost for the building. Construction is in compliance with directives. Supporting facilities include site development, minor site improvements, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by connection to the existing central energy plant. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. The subsequent Contract will result in a C-Type Design Bid Build contract with Base CLINS and Options. The Period of Performance is 540 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 Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process; specifically, the Lowest Price Technically Acceptable (LPTA). Two technical factors will be used: Corporate Relevant Specialized Experience and Past Performance. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. 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 13 February 2019. The approximate bid opening date is on or about 15 March 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 at the Federal Business Opportunities Website (FedBizOps) 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) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the FedBizOps website. 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 activ e 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: Contractual questions should be forwarded to Contract Specialist,Crystal.e.northi@usace.army.mil or to the attention of Contracting Officer, Andrew K. Page at Andrew.K.Page@usace.army.mil . The contracting officer address is: 100 West Oglethorpe Avenue, Savannah, GA 31401.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »