The RFP Database
New business relationships start here

Department of Energy Y-12 National Security Complex On-Site Warehouse, Oak Ridge, TN


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

DESCRIPTION: This project is to Design and Construct a one-story, weather tight, Warehouse at the Y-12 National Security Complex. Building will be of permanent pre-engineered metal building construction with a minimum of (SF) 20,000 usable warehouse storage space with a finished eave height of 26' (feet). Work includes the demolition of the three existing "rub" tents and associated slabs on grade. Work includes design and construction of site work and utilities, building foundations, pre-engineered metal building system for exterior wall construction and structure, reinforced slab on grade, heating systems, plumbing systems, low slope metal roof not to exceed a slope of 2 in 12, electrical systems, automatic fire protection and detection systems, High Performance Sustainable Buildings (HPSB) requirements. Structure shall comply with NFPA 13 class "A" storage requirements.

Contract duration is estimated at 365 days.


A pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation.


CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $1,000,000 and $5,000,000, in accordance with FAR 36.204. The target ceiling for this contract (based on available funds) is approximately $4,000,000 Offerors are under no obligation to approach this ceiling.


SELECTION PROCESS: This is two-phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government.


This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as described in Section 00116 of the Soclitiation, for review and consideration by the Government. The selection process for Phase I will evaluate factors (not necessarily in order): Prime Contract Past Performance, Design Contractor Past Performance, Prime Contractor Experience, Design Contractor Experience, and Technical Approach. Pro-Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.


Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00118 of the Soclitiation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical (Design Renderings, Design Drawings and Design Narrative), Schedule, Project Labor Agreement, and 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 $36.5M.


TYPE OF SET-ASIDE: This competitive procurement is 100% set aside for Small Businesses. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract.


ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 8 May 2017. 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. The approximate due date for proposals is 9 June 2017 at 11:00 a.m. Louisville time (EDST).


SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the 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 Steve Hutchens at Stephen.P.Hutchens@usace.army.mil.


This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.


Stephen P. Hutchens, Phone 5023156186, Email stephen.p.hutchens@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP