Search Contract Opportunities

DBB ARNORTH BLDG 16 South Wing Renovation FSH   2

ID: W9126G20B0049 • 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: Sept. 17, 2020, 12:23 p.m. EDT

********************RESULTS OF IFB POSTED SEE ABSTRACTS OF BIDS *******************************************

*************AMENDMENT #7 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS *****************

*************AMENDMENT #6 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS ****************

************AMENDMENT #5 TO SOLICATION HAS BEEN ISSUED - SEE ATTACHED SF 30 FOR DETAILS******************

************AMENDMENT #4 TO SOLICATION HAS BEEN ISSUED- SEE ATTACHED SF 30 FOR DETAILS******************

***********AMENDMENT #3 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS********************

Replace FAR clause 52.204-24 (Dec 2019) with FAR clause 52.204-24 (Aug 2020).

************AMENDMENT #2 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS*******************

**************AMENDMENT #1 TO SOLICATION HAS BEEN ISSUED SEE ATTACHED SF 30 FOR DETAILS *****************

DBB package delivery method. B16 is part of the Quadrangle at Fort Sam Houston, constructed in 1878 for the Quartermaster General, and it originally served as a garrison. The building has been renovated numerous times, and each floor of the building now houses various offices for the United States Army North (5th Army). The combined layout of the buildings is situated in a square configuration. The east and west sides (wings) are both single-story buildings. The south wing is a two-story construction; it has a Sally Port entrance in the center of the south end of the quadrangle and a space for a stairwell to access the second floor.

This project will require the renovation of certain rooms and the first and second floor of B16 South Wing to provide customer with comfortable offices and administration/operational facilities conducive to performance of assigned mission tasks for the next 25 years while requiring only minimal, routine maintenance. Successful renovation efforts will provide updates to infrastructure that comply with current code and Unified Facilities Criteria spelled out in design documents.

The scope of the first floor, south wing renovation of rooms 115 through 133 is approximately 20,000 square feet in size. The scope of the second floor, south wing renovation of rooms 217 through 224 is approximately 5,500 square feet in size, and it is also comprised of load-bearing limestone block walls around the building perimeter and at key building junctures on the interior. Life Safety, Fire Protection, AT/FP, and Hazardous Materials (mold, LBP, Asbestos, etc.) issues.will need to be addressed. The work will involve but not limited to structural, electrical, plumbing, HVAC and duct work; replacement of fixtures, interior partitions, doors, frames, interior finishes, and insulation in accordance with design requirements.

NOTE: Due to the historical significance of B16, the exterior windows and doors are not being replaced as part of this renovation. No roof work will be part of this project

DFARS 236.204 Disclosure of the magnitude of construction projects is $5,000,000 to $10,000,000. Offers are due NLT 08 September at 1000 a.m. (CDT). Public bid opening procedures are applicable for this solication. A firm-fixed price contract is anticipated to be awarded using Invitation for Bid procedures. Anticipated contract award date on or about 25 September 2020. The period of performance is 365 days after receiving Notice to Proceed. This announcement is open to Total Small Business Set Aside to include: Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, Service Disabled Veteran Owned Small Business. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis-Bacon Act. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.beta.sam.gov/. The use of the website requires prior registration at www.beta.sam.gov/. Plans and specifications will not be made available in paper format or on compact disc. It is the Offeror's responsibility to monitor the Beta.Sam.gov web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. You may register with SAM at https://www.sam.gov/.

The Primary Point of Contact for this project is Stella Morales, USACE Contract Specialist, (817) 886-1074; email Stella.i.morales@usace.army.mil. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offeror's responsibility to view the beta.SAM.gov website daily for

amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation

and all amendments from the beta.sam.gov address after solicitation issuance at the following address:

https://www.beta.sam.gov/Solicitation Number.

Posted: Sept. 15, 2020, 7:02 p.m. EDT
Posted: Sept. 11, 2020, 12:35 p.m. EDT
Posted: Sept. 2, 2020, 8:32 p.m. EDT
Posted: Aug. 21, 2020, 5:58 p.m. EDT
Posted: Aug. 14, 2020, 7:21 a.m. EDT
Posted: Aug. 6, 2020, 6:28 p.m. EDT
Posted: July 31, 2020, 11:53 p.m. EDT
Posted: July 29, 2020, 5:18 p.m. EDT

Overview

Response Deadline
Sept. 16, 2020, 11:00 a.m. EDT (original: Sept. 8, 2020, 11:00 a.m. EDT) Past Due
Posted
July 29, 2020, 5:18 p.m. EDT (updated: Sept. 17, 2020, 12:23 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBSA Ft Sam Houston, TX 78234 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
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 7/29/20 USACE Fort Worth District issued Solicitation W9126G20B0049 for DBB ARNORTH BLDG 16 South Wing Renovation FSH due 9/16/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AB.
Primary Contact
Name
Stella I Morales   Profile
Phone
(817) 886-1074

Secondary Contact

Name
Linda Eadie   Profile
Phone
(816) 886-1085

Documents

Posted documents for Solicitation W9126G20B0049

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W9126G20B0049

Contract Awards

Prime contracts awarded through Solicitation W9126G20B0049

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W9126G20B0049

Similar Active Opportunities

Open contract opportunities similar to Solicitation W9126G20B0049

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT FT WORTH
FPDS Organization Code
2100-W9126G
Source Organization Code
100221543
Last Updated
Oct. 1, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 1, 2020