The RFP Database
New business relationships start here

Emergency Services Center (ESC) at Ft. Hunter Liggett, CA


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

DESCRIPTION: The U.S. Army Corps OF Engineers (USACE) Louisville District intends to issue a Request for the construction of a new Emergency Services Center (ESC) that consolidates the Police, Security, Fire, Crash-Rescue, and Emergency Medical Team (EMT) Departments into a single, modern facility, also including Military Equipment Parking (MEP) and Privately Owned Vehicle (POV) parking. It is located off 7th Division Road at Fort Hunter Liggett, CA in Monterey County. The Emergency Services Center is approximately 46,000 square feet, the Organizational Storage Building is approximately 1,200 SF, and the Covered Storage Shed is approximately 4,200 SF. The ESC will include a primary building supporting the administrative, operations, and classroom training requirements of the Departments; bay areas for the fire engines and ambulances; and a common dispatch center. Covered vehicle parking sheds will be provided for police vehicles, and grass and forest fire-fighting equipment. A back-up power generator building with above ground fuel tanks will be provided within the fenced area. 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 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 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. LEED Version 3.0 Silver Certification will be required.

The solicitation may contain the following options:
A: - Operations and Maintenance, Army Reserve (OMAR) Funded Equipment Items
B: - "Bona Fide Need" Operations and Maintenance, Army Reserve (OMAR) Funded Equipment Items
C: - Trash Enclosure
D: - Concrete Sidewalks
E: - Outdoor Gathering Area
F: - Widen East Access Drive; Asphalt Bus Parking Area
G: - POV Parking Area Lighting
H: - Upgrade Classroom XXI Light Fixtures
I: - Underground Power Distribution
J: - Removal of Existing Concealed Concrete.


Contract duration is 580 calendar days from contract award.


A Site Visit will be held, and information regarding will be provided in the Solicitation.


CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.


SELECTION PROCESS: This is a single phase procurement.


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.


TYPE OF CONTRACT AND NAICS: This RFP will be one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 with a size standard of $36,500,000.00.


FULL AND OPEN PROCUREMENT: This acquisition will be a Full and Open procurement with the HUBZONE Price Evaluation Preference and the basis for award is best value. Proposals will be evaluated by the government in accordance with the submission requirements and evaluation criteria found in the solicitation.


ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 31 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 30 June 2017 at 2:00 p.m. Eastern Time (ET).


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:
Justin Bennett,
Contract Specialist
justin.k.bennett@usace.army.mil
Phone: (502) 315-6203


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


Justin Bennett, Contract Specialist, Phone 5023156203, Fax 5023156195, Email justin.k.bennett@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP