Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR22R0057
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0057 for a Renovation and Repair of an existing Army Reserve Center (AR...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0057 for a Renovation and Repair of an existing Army Reserve Center (ARC) and site at Columbus, OH. This will be a Design/Build project to renovate approximate 50,000 SF of the existing 100,000 SF warehouse building. The project consists of repair and renovation of the 300-member Army Reserve Center (ARC) portion of the building and other areas within the warehouse portion. The Reserve Center will be completely revitalized to include all interior spaces, roof; heating, ventilation, and air conditioning (HVAC); and plumbing, mechanical, security, communication, data and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design. Sustainability/Energy measures will be provided. Facilities will be designed according to the US Army Reserve Pamphlet, and 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. The options for the project have not been determined. These will be determined by Phase II. The Contract Duration is estimated at 700 calendar days. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10.0 million and $25.0 million in accordance with DFARS 236.204. SELECTION PROCESS: This is a TWO-phase procurement. The Phase I & Phase II 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 Phase I proposal for this procurement, at a minimum, may consist of the following: Prime Contractor & Designer of Record Past Performance and Technical Approach. If downselected from Phase I, the Phase II proposal for this procurement, at a minimum, may consist of the following: Design Drawings, design narrative 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 when combined are considered equal to 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. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $39.5M. TYPE OF SET-ASIDE: This acquisition will be a (Small Business – Set Aside). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 30 APR 2022. Details regarding the Optional Site Visit (during Phase II) 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.sam.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.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 http://www.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, Adam Wantland, at Adam.M.Wantland@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.