Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR20R0076
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). W912QR20R0076 for the Full Facility Restoration (FFR) project of buildings 207,...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). W912QR20R0076 for the Full Facility Restoration (FFR) project of buildings 207, 208, and 230 located at Fort Hunter Liggett, CA. This project is a Full Facility Restoration (FFR) project for the construction and repair of barracks buildings 207, 208, and 230 located at Fort Hunter Liggett, CA. The design/bid/build barracks renovation project comprises a three barracks buildings, each approximately 38,000 square feet. Required improvements include repair and painting of interior walls, doors, flooring, windows, window frames and ceilings; replacement of roof assembly; replacement/addition of plumbing fixtures, piping, and equipment; installation and/or replacement of mechanical equipment; replacement/installation of fire suppression sprinkler system, replacement/installation of the fire alarm system/mass notification system; installation of lighting and upgrade interior electrical service; replacement/installation of information systems; removal of lead based paint and asbestos as necessary. The project is anticipated to contain the following options: 1) Collateral equipment funded items and 2) Collateral Equipment Bona Fide Need Items. The Contract Duration is five hundred eighty (580) calendar days from Contract 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. TYPE OF SET-ASIDE: This is a set aside for General Small Business. SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government. 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 $10 million and $25.0 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 28 July 2020. Additional details can be found in the solicitation when it is posted to Beta.SAM.gov SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, Beta.SAM.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 Beta.SAM.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 Glenn Moon at Glenn.w.Moon@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.