The RFP Database
New business relationships start here

Design and Construction of an Army Reserve Center at Starkville, MS


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

NOTICE: THIS PROJECT HAS BEEN CANCELLED.

Construct a 100-member Army Reserve Center (ARC). Primary facilities include construction of an ARC Training Building, Organizational Maintenance Shop (OMS) , and Unheated Storage Building. Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems . Supporting facilities include a vehicle washrack/platform, 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 including maximum required 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 99 Tons)

The solicitation may contain the following options: A) OMAR Collateral Equipment; B) CFCI Bona Fide Need Omar Collateral Equipment;


Contract (design and construction) duration is 630 days.


A Pre-proposal site visit will be held for the selected Phase 2 Contractors. Meeting and site visit details will be provided with the notification of selection for Phase 2.


CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FARS 36.204. Offerors are under no obligation to approach this ceiling. No award will be made under this solicitation until funds are available.


SELECTION PROCESS: This is a two-phase procurement following the Tradeoff (Best Value) approach. The Phase 1 and Phase 2 technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select up to five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website.


Phase 1 proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor and Designer; Management Plan; and Pro Forma Information. Phase 2 proposals, at a minimum, will consist of: Technical Information (Design Drawings and Design Narrative); Schedule; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only.


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 project is set aside as an 8(a) competitive procurement. 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 16 October 2017. The approximate due date for Phase 1 proposals is 16 November 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.


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 Patrick.J.Duggins@usace.army.mil.


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


Patrick J. Duggins, Contracting Officer, Phone 5023156187, Email Patrick.J.Duggins@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP