Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR21B0014
*****This is a pre-solicitation notice, this is not the Solicitation***** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR...
*****This is a pre-solicitation notice, this is not the Solicitation***** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR21B0014 to construct a modified standard design Automated Multipurpose Machine Gun (MPMG) Range at Devens Reserve Forces Training Area (RFTA), Massachusetts. A description of the construction project is as follows: A design/bid/build project to construct a modified standard design Automated Multipurpose Machine Gun (MPMG) Range at Devens Reserve Forces Training Area (RFTA), Massachusetts. Primary facilities include a 4-lane Light MPMG, range operations control area, control tower, classroom building, operations/storage building, bleacher enclosure, covered mess, ammunition breakdown building, and port-a-let. The 4-lane light MPMG includes 4 center lanes out to 800m with standard center lane targetry minus MITs with the addition of 2 SITs in place of MITs at 100m, 200m and 300m. Supporting facilities include electric service, site improvements, and information systems. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 9 Tons). The Contract Duration is estimated at seven hundred and forty (740) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. The Business Size Standard is $36.5M TYPE OF SET-ASIDE: This acquisition will be a Small Business Set-Aside procurement. SELECTION PROCESS: This is an Invitation For Bid (IFB) procurement where selection will be made based on lowest price. 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 23 August 2021. Details regarding an 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 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 beta.sam.gov website, https://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 beta.same.gov website at https://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, Josh Gitchel, at joshua.gitchel@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.