Search Contract Opportunities

Child Development Center at Scott Air Force Base, IL   4

ID: W912QR23R0028 • Type: Presolicitation

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) -W912QR23R0028- for design/build services for the construction of a Child Development Center (CDC) at Scott Air Force Base. The project is to design and construct an approximately 24,711 SF facility in the initial build to provide the ability to accommodate 156 children on a proposed project site of +/-5.25-acres located at the southeastern corner of Paul Revere Drive and Patriots Drive. The project will include 12 classrooms (7 Under 2, 3 Toddler, and 2 Preschool) and all administrative, kitchen, laundry, and mechanical facilities sized to support ultimate future buildout to accommodate 232 children. The project also includes all accompanying support spaces, outdoor play environments, site improvements, parking, access drives, stormwater detention facilities, and utility connections necessary to support the facility program. The proposed site plan and building floor plan have the ability to expand to a 30,243 SF facility with the capacity to accommodate a maximum of 232 children. The project is intended to comply with program and design requirements for a Medium CDC as referenced in FC 4-740-14F, 07 July 2015 Draft, Air Force Child Development Centers.

Contract duration is estimated at 954 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation.

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 Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted)

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.

SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.

Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.

All evaluation factors, other than cost or price, are considered approximately equal to cost or price.

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.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 June 2023. 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://beta.sam.gov.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://sam.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://sam.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 the Contract Specialist, Amy Phillips at Amy.M.Phillips@usace.army.mil and Contracting Officer, Josh Westgate at Joshua.K.Westgate@usace.army.mil.

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

Overview

Response Deadline
June 28, 2023, 11:30 a.m. EDT Past Due
Posted
June 14, 2023, 11:08 a.m. EDT
Set Aside
None
Place of Performance
Scott AFB, IL 62225 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
79%
On 6/14/23 USACE Louisville District issued Presolicitation W912QR23R0028 for Child Development Center at Scott Air Force Base, IL due 6/28/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1CA.
Primary Contact
Name
Amy M. Phillips   Profile
Phone
None

Secondary Contact

Name
Joshua Westgate   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR23R0028

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR23R0028

Award Notifications

Agency published notification of awards for Presolicitation W912QR23R0028

Contract Awards

Prime contracts awarded through Presolicitation W912QR23R0028

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR23R0028

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR23R0028

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR23R0028

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
July 13, 2023
Last Updated By
amy.m.phillips@usace.army.mil
Archive Date
July 13, 2023