DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). W912QR20R0019 for the Modified Tactical Equipment Maintenance Facility (TEMF).
Construct Phase I of a Modified TEMF at Yakima Training Center (YTC) in the vicinity of the Equipment Concentration Site (ECS) 10. Building(s) 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, concrete aprons, vehicle washrack/platform, bi-level equipment loading ramp, overhead crane spanning work bays, fencing, general site improvements and utility connections.
Accessibility for the disabled will be provided. 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.
The project contains options such as: Operational Maintenance Army Reserve (OMAR) equipment, Concrete Firelane/Sidewalk, and Gravel Mow Strip at Building perimeter.
The Contract Duration is five hundred and forty (540) calendar days from Notice to Proceed.
TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220.
TYPE OF SET-ASIDE: THIS PROJECT IS SET ASIDE FOR THE TOTAL SMALL BUSINESS.
SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government.
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.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10 million and $25.0 million in accordance with DFARS 236.204.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 Jan 2020. Details regarding the 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 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 Contract Specialist Glenn Moon at [email protected].
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.