Inactive
Notice ID:W912QR19R0058
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design-Bid-Build, Request for Proposal (RFP), Solicitation No. W912QR19R0058. The proposed project is for t...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design-Bid-Build, Request for Proposal (RFP), Solicitation No. W912QR19R0058. The proposed project is for the construction of a Consolidated Mission Complex, Phase 2 at Robins Air Force Base, Georgia. This work includes, but is not limited to, construction of a multi-story building, including reinforced concrete caissons, foundation and floor slabs, steel framing and trusses, exterior walls and roofing system. Includes secure and non-secure spaces. All supporting utilities, pavements and landscaping are included. All interior and exterior communications infrastructure is included. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This facility shall be designed and constructed in accordance with current AT/FP standards. The Contract Duration is seven hundred and thirty (730) 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. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This acquisition will be a full and open procurement. SELECTION PROCESS: This is a single phase 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, Management Plan, Small Business Participation 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 price, when combined, are considered 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 $25,000,000 and $100,000,000, in accordance with DFARS 236.204. The target ceiling for this contract is approximately $28,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about June 28, 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. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.