Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W912QR19R0029
**PLEASE BE ADVISED THAT AN AMENDMENT IS WORKING WHICH WILL EXTEND THE PROPOSAL DUE DATE BEYOND 14-MAR** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Re...
**PLEASE BE ADVISED THAT AN AMENDMENT IS WORKING WHICH WILL EXTEND THE PROPOSAL DUE DATE BEYOND 14-MAR** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR19R0029 for the Replacement of Water Mains Phase 3B and Reconstruction of the Missouri Parking Lot at VA Hines Medical Center, IL. The proposed project includes replacement of water lines in Phase 3B, and all incidental related work, including: replacing approximately 800 LF of 6 inch, 780 LF of 8 inch, and 4500 LF of 12 inch water mains; replace and reconnect water service to five (5) buildings and provide three (3) 4 inch backflow preventers, and two (2) 2-1/2 inch backflow preventers in accordance with the plumbing plans; provide and install new fire hydrants; provide and install all valves, casing pipes, and appurtenances as shown on plans. Additional work includes reconfiguration of the Missouri Parking Lot, and all incidental related work, including: removal of existing storm sewer infrastructure and installation of new storm sewer infrastructure; removal and replacement of pavement, including surface course, base course, subgrade, curbs, and sidewalks; removal and replacement of signage; removal and replacement of light poles; provide empty conduit with pull string for future security cameras; and site landscaping as shown on plans. The work will be conducted in an active hospital campus. All demolition required to construct the project is included. The facility supports VA Hines Medical Center operations and patient care, and is an actively used facility. Work will be performed to minimize disruption to the facility and patients, visitors, and hospital personnel. The Contract Duration is three hundred sixty-five (365) calendar days from Notice to Proceed (NTP). 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 237110 - Water and Sewer Line and Related Structures Construction and 237310 - Highway, Street and Bridge Construction. TYPE OF SET-ASIDE: This acquisition is set-aside for Service Disabled Veteran-Owned Small Business (SDVOSB) concerns. 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: Relevant experience and past performance of the prime contractor; Risk Management Plan; and Price. 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 cost or price, when combined, are approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 7 February 2019. Details regarding a possible 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, April Judd, at april.c.judd@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.