(RESTRICTED) Lackland AFB B333/B310 Design Bid Build Renovation.
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR19R0013 for two (2) fully designed renovations of buildings 310 and 333 lo... DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR19R0013 for two (2) fully designed renovations of buildings 310 and 333 located at JBSA-Lackland AFB. Description of the renovations are as follows: The renovation of Building 310 into a modern Intel office standards (secure access office) in accordance with UFC 4-010-05 and ICD/ICS 705-1. The building is two storied with each floor having an area of 4,215 SF; resulting in a total building area of 8,430 SF. The project delivery method will be Design-Bid-Build (DBB). The renovation will need to provide a code compliant open-office concept where possible while retaining security and a code compliant elevator. The replacement of the flooring, stair treads, ceiling tile, light fixtures, and ducts. Other items of renovation will need to include the repair/repainting of the interior walls, additional communication & electrical outlets as required, reconfigure/replace the interior utilities such as power, lighting, plumbing & fixtures, HVAC, fire suppression, and communications support to meet code and customer requirements. The renovation of building 333 to a modern HQ Group office standards with a code compliant open-office concept, and current AT/FP and ADA standards. This project will have a Design-Bid-Build (DBB) delivery method. The interior area of the building is 4,442 square feet. Interior replacements include: flooring, stair treads, ceiling tile, lighting fixtures, air ducts, and interior utilities (power, plumbing, HVAC, fire suppression, and communications. In addition to the interior replacements, all interior walls are to be painted and repaired as needed. Exterior work to include the repair or replacement of the roofing system and damaged fixtures. The project contains options such as: Standing Seam Metal Roofs, Backup power, Computer Room Air Conditioning (CRAC), and Furniture, Fixtures, & Equipment (FF&E). The Contract Duration is estimated at five hundred-forty (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 Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. The Business Size Standard is $36.5M TYPE OF SET-ASIDE: This acquisition will be a Total Small Business SET-ASIDE procurement. SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance and Volume I - Management Plan, Volume II - Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. 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. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10-June-2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. 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. NOTE: Restricted Post - export control/explicit access FBO Buyer User Guide 1.9, 3.6.4 Mge Explicit Access Req. NOTE: These documents will be available to download once the solicitation is posted to FBO. These are not currently ready for download. Vendor's will need access and to be registered in the DLA Joint Certification Program website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx Explicit Access: Note: Vendors must be on the Authorized Parties List for attached solicitation to download documents designated as explicit access. Vendor is given explicit access to review controlled, unclassified package(s). A government user can pro-actively select a vendor user for access, or a vendor can request, and be granted access, through this system. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Stephen (Dusty) Ramsey, at Stephen.D.Ramsey@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »