Search Contract Opportunities

100% Total Small Business Set-Aside Two-Phase Design-Build Selection Procedures Repair 24-Series Barracks at Fort Gordon, GA   2

ID: W912HN23R4005 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 30, 2023, 3:35 p.m. EDT

Amendment 0002 - Phase Two has been posted. Only those notified via email will be authorized to proceed to Phase Two will have access to the files. Login at https://piee.eb.mil and search for 'W912HN23R40X5' to obtain more details.*

Amendment 0001 - Administrative and clarification updates. All other terms and conditions remain unchanged

W912HN23R4005

100% Total Small Business Set-Aside

Two-Phase Design-Build Selection Procedures

Repair 24-Series Barracks at Fort Gordon, GA

Savannah District - USACE

The U.S. Army Corps of Engineers (USACE) Savannah District is issuing a single Two-Phase Design-Build Solicitation to award up to three (3) separate contracts from the solicitation to three (3) separate offerors whose proposal represents the best overall value and is determined to provide the most benefit to the Government.

Note: The subsequent solicitation will result in a C-Type Contract.

Each Barracks is identified as an individual project.For the purposes of the solicitation, the Government will utilize the Two-Phase Design-Build Selection Process. In Phase One of the Two-Phase Design-Build selection procedures, interested Offerors will submit specified performance capability proposals for review, consideration, and evaluation by the Government. The Government will evaluate these performance capability proposals in accordance with the criteria described within the solicitation.

NAICS: The North American Industry Classification System (NAICS) code is 236220-Commerical and Institutional Building Construction, with a size standard of $45M.

Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code identified above.

Proposal due date via PIEE 3 August 2023.

Description of Work: Barracks Building 24406 and 24413, 24401 and 24412, and 24405, are located at Fort Gordon in need of repair and renovation. This work for each building is anticipated to include replacing failed fan coil units with the central HVAC system. The installation of new HVAC controls that includes full integration with UMCS to achieve Army energy goals. The installation of new fire alarm systems. Mold and mildew abatement and remediation. The renovation of all rooms to new standards as provided within the to be provided RFP package. Installation of new flooring. lighting. and ceilings and the renovation of latrine as specified within the to be RFP package.

Evaluation Criteria:

The Government will evaluate the performance capability proposals in accordance with the criteria described herein and will target no more than five (5) of the most highly qualified Offerors to proceed to Phase Two.

Only those Offerors who receive a written notification from Savannah District

Contracting Officer that their firm has been selected to participate in Phase Two of this solicitation will be invited to submit a Phase Two proposal. Those five (5) of the most highly qualified Offerors selected for Phase Two will be provided the Technical Specifications for the three projects.

In Phase Two, the five (5) highly qualified offerors will each be provided the Technical Specification RFPs for projects 24406 and 24413, 24401 and 24412, and 24405. Offerors will submit a Factor 3 Management Approach and Price proposal on each project. Evaluations of both Phase One and Phase Two factors using a Best Value Tradeoff in accordance with FAR 15.101-2 will be conducted for each contract.

Each Phase Two proposal will be evaluated on an individual basis starting with 24406 and 24413, followed by 24401 and 24412, followed by 24405.

The responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24406 and 24413. That offeror will be removed from the remaining highly qualified offerors participating in Phase Two.

Of the remaining highly qualified offerors, the responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24401 and 24412.That offeror will be removed from the remaining highly qualified offerors participating in Phase Two.

Of the remaining highly qualified offerors, the responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24405.

No single offeror shall be awarded more than one (1) contract as a result of this solicitation.

PHASE I:

FACTOR 1: PAST PERFORMANCE

FACTOR 2: DESIGN EXPERIENCE

PHASE II:

FACTOR 3: TECHNICAL CAPABILITY (Management Approach)

RELATIVE IMPORTANCE OF FACTORS PHASE ONE AND PHASE TWO

FACTOR 1 (Past Performance) is equal in importance to FACTOR 3 (Management Approach)

FACTOR 2 (Design Experience) is less important than either FACTOR 1 (Past Performance) and FACTOR 3 (Management Approach)

FACTOR 3 (Management Approach) is equal in importance to FACTOR 1 (Past Performance) and both are more important than FACTOR 2 (Design Experience)

PRICE:

All Phase One and Phase Two non-cost factors, when combined, are equal in importance to Price.

Price will not be rated, but will be a factor in establishing the best value in Phase II prior to discussions (if held) and in making the best value decision for award of any resultant contract.

The Government will perform a price analysis on all proposals received. Price analysis will be performed in accordance with FAR 15.404-1 to determine fairness and reasonableness. Historical price information, competitive price information, the Independent Government Estimate (IGE), or any other pricing tool as necessary will be utilized in this analysis. The evaluation will determine the extent to which the price proposal is consistent with the requirements of the solicitation. Offerors are advised that any offer wherein pricing is deemed unfair or unreasonable may be rendered ineligible for award.

The Government shall use the base bid and all options from the price schedule as the evaluated price for making the best value decision.

AWARD:

Contract award will be made in accordance with FAR 52.215-1. In order to determine which proposal represents the best value, a comparative assessment ofproposals against all source selection criteria in this solicitation will be conducted.

The responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24406 and 24413. That offeror will be removed from the remaining highly qualified offerors participating in Phase Two.

Of the remaining highly qualified offerors, the responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24401 and 24412. That offeror will be removed from the remaining highly qualified offerors participating in Phase Two.

Of the remaining highly qualified offerors, the responsible offeror whose proposal contains the combination of the criteria described in this document offering the best value to the Government will be awarded the contract for Bldg. 24405.

The Government reserves the right to make award to other than the lowest priced offer and to reject any and all offers.

Only one (1) offeror will be selected per project to be awarded. No offeror will be awarded more than one (1) contract as a result of this solicitation

Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project.

If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.

Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror.

Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

The following link is provided to satisfy FAR 36.211(b) reporting requirements for construction contracts anticipated to be awarded to a small business. The information is accessed by clicking on View Construction Contract Modification Process (satisfying FAR 36.211(b)(1)) and View Construction Contract Modification Process Past Performance Data (satisfying FAR 36.211(b)(2)) on the website provided." https://www.usace.www.acquarmy.mil/Business-With-Us/Partnering/

Point of Contacts: For this acquisition, the contracting officer, Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil

Posted: July 24, 2023, 10:04 a.m. EDT
Posted: July 10, 2023, 6:45 a.m. EDT
Posted: July 6, 2023, 7:35 a.m. EDT
Posted: July 3, 2023, 2:51 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Savannah District is issuing a single Two-Phase Design-Build Solicitation to award up to three (3) separate contracts from the solicitation to three (3) separate offerors whose proposal represents the best overall value and is determined to provide the most benefit to the Government. The subsequent solicitation will result in a C-Type Contract.

Work Details
The work involves repair and renovation of Barracks Building 24406 and 24413, 24401 and 24412, and 24405 located at Fort Gordon in Georgia. The scope of work includes replacing failed fan coil units with the central HVAC system, installation of new HVAC controls integrated with UMCS, installation of new fire alarm systems, mold and mildew abatement, renovation of all rooms to new standards, installation of new flooring, lighting, ceilings, and renovation of latrine as specified within the RFP package.

Period of Performance
The proposal due date via PIEE is 3 August 2023.

Place of Performance
Fort Gordon in Georgia

Overview

Response Deadline
Aug. 3, 2023, 12:00 p.m. EDT Past Due
Posted
July 3, 2023, 2:51 p.m. EDT (updated: Aug. 30, 2023, 3:35 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Fort Gordon, GA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/3/23 USACE Savannah District issued Solicitation W912HN23R4005 for 100% Total Small Business Set-Aside Two-Phase Design-Build Selection Procedures Repair 24-Series Barracks at Fort Gordon, GA due 8/3/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2FC.
Primary Contact
Name
Gregory Graham   Profile
Phone
(912) 652-5476

Documents

Posted documents for Solicitation W912HN23R4005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912HN23R4005

Contract Awards

Prime contracts awarded through Solicitation W912HN23R4005

Incumbent or Similar Awards

Contracts Similar to Solicitation W912HN23R4005

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912HN23R4005

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912HN23R4005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
July 23, 2024
Last Updated By
gregory.m.graham@usace.army.mil
Archive Date
July 23, 2024