Search Contract Opportunities

Barracks Building 633 Fort Stewart Georgia   3

ID: W912HN22R4001 • Type: Presolicitation
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

This is a PRESOLICITATION NOTICE. The U.S. Army Corps of Engineers (USACE) Savannah District (SAS) intends to issue a Request for Proposal (RFP) solicitation for a firm-fixed price (FFP) construction contract for project number 98749 Repair and Renovate VOLAR Barracks BLDG. 633, located at Fort Stewart, Georgia.

The proposed project will be a competitive Two-Phase Design-Build Selection Procedures in accordance with FAR Part 36.3. Evaluations of both Phase One and Phase Two factors using a Best Value Tradeoff in accordance with FAR 15.101-2. This Notice is being issued for planning and information purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice.

PROJECT DESCRIPTION: Building 633 is a three-story, approximately 48,027SF, enlisted unaccompanied barracks building built in 1977. The building is located at Fort Stewart, GA, 615 Gulick Avenue, between Gulick & Cramer Avenues, near W 12th Street. The building consists of 4 modules (towers) of walk-up barrack rooms. The current Living Units are designed to house 2 soldiers per room, totaling 4 soldiers per floor per module. This design does not comply with current Unaccompanied Enlisted Personal Housing (UEPH) requirements and is a detriment to morale and troop retention. The goal of this project is to replace all failing systems within the building, convert the 2+2 living units to 1+1 units, and bring the building into compliance with current Life Safety and Accessibility Codes as closely as feasible. The 1+1 Living Units are required to achieve compliance with current Army Standards for Permanent Party Soldiers and UEPH as closely as feasible. The 1+1 units must ultimately consist of a shared living space with kitchen, laundry, and dining space and separate bedroom suites with bedroom, bathroom, walk-in closet, and desk space. Handicap accessibility to building Activity spaces shall be upgraded. Activity Rooms and support spaces are required to be fully accessible.

The goal of this project is to replace all failing systems within the building, convert the 2+2 living units to 1+1 units, and bring the building into compliance with current Life Safety and Accessibility Codes as closely as feasible. The 1+1 Living Units are required to achieve compliance with current Army Standards for Permanent Party Soldiers and UEPH as closely as feasible. The 1+1 units must ultimately consist of a shared living space with kitchen, laundry, and dining space and separate bedroom suites with bedroom, bathroom, walk-in closet, and desk space. Handicap accessibility to building Activity spaces shall be upgraded. Activity Rooms and support spaces are required to be fully accessible.

The project repairs excessive moisture conditions and failing systems in Building 633. Work includes repairs failing electrical wiring, plumbing, climate control mechanical systems, replacement of exterior and interior lighting fixtures, repairs to ceilings and walls, replacement of fire protection system, fire sprinkler system, and emergency mass notification system; replacement of interior/exterior doors and windows, repairs and repainting of interior surfaces and exterior walls, repairs to damaged flooring, and installation of meters. Work may also include mold remediation and removal of hazardous materials (i.e., asbestos containing material abatement and lead-based paint removal), and minor site work.

Other work shall be to evaluate entry doors for ADA compliance and upgrade if necessary. The project must endeavor to comply with the current Guiding Principles for High Performance and Sustainable Building (HPSB) to the greatest extent feasible, and any supporting documentation must be included in the Sustainability eNotebook. LEED and/or Third-Party Certification shall not be pursued. Life Cycle Cost Analysis (LCCA) shall be performed under the Mechanical section, Building System Commissioning, and Cybersecurity requirements intended to establish control systems to mitigate vulnerability to building control systems. HVAC Systems, low-flow fixtures, energy star certified equipment and appliances, energy efficient lighting systems, indoor air quality, and low or no VOC finishes, and sustainable material selection must all be incorporated into the design.

Estimated duration of the project is 720 calendar days.

Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.

TYPE OF SET-ASIDE: This requirement will be solicited as a 100% Small Business Set-Aside.

MAGNITUDE OF CONSTRUCTION (DFARS 236.204): Between $10M and $25M

ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list.

Anticipated solicitation issuance date is on or about May 13, 2022, and the estimated proposal due date will be on or about June 15, 2022.

Overview

Response Deadline
June 15, 2022, 2:00 p.m. EDT Past Due
Posted
April 28, 2022, 3:11 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Stewart, GA 31314 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
52%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/28/22 USACE Savannah District issued Presolicitation W912HN22R4001 for Barracks Building 633 Fort Stewart Georgia due 6/15/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1FC.
Primary Contact
Name
Gregory M. Graham   Profile
Phone
(912) 652-5476
Fax
None

Secondary Contact

Name
Brett Zeigler   Profile
Phone
(912) 652-5001
Fax
9126525828

Documents

Posted documents for Presolicitation W912HN22R4001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN22R4001

Award Notifications

Agency published notification of awards for Presolicitation W912HN22R4001

Contract Awards

Prime contracts awarded through Presolicitation W912HN22R4001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN22R4001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN22R4001

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
April 28, 2022
Last Updated By
gregory.m.graham@usace.army.mil
Archive Date
April 28, 2022