Search Contract Opportunities

Design-Build Maintenance and Repair Army Reserves (MRAR) Fort Snelling B505   4

ID: W912QR24R0021 • 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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 16, 2024, 11:36 a.m. EDT

****AMENDMENT 0004 IS ISSUED TO PHASE II SELECTED OFFERORS*****

Request for Proposal (RFP), Solicitation No. W912QR24R0021 for the repair of a failing, 600-member Army Reserve Center (ARC) building at Fort Snelling, MN. Building 505 is a 63,115 SF facility that was constructed in 1979 and is used as an Army Reserve Center (ARC) Training Building. This project will repair failing facility components, extend the economic life of the facility by 25 years, and provide a modern training building that enables readiness for the Army Reserve unit stationed there. Building components and systems to be repaired include the heating, ventilation, and air conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. This project contains options.

The Contract Duration is estimated at 820 calendar days from Contract Notice to Proceed.

Estimated Construction Cost is between $25,000,000 and $100,000,000 in accordance with DFARS 236.204.

This project is subject to availability of funds; funds are not presently available. No award will be made under this solicitation until funds are available.

TYPE OF CONTRACT AND NAICS: This RFP is 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: This acquisition will be an Unrestricted (Full and Open) Procurement

SELECTION PROCESS: This is a two-phase Design-Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government.

As described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. The Standard Form 1442 will also be required.

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 requested 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 as: Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, Project Labor Agreement (PLA) and Price. The Standard Form 1442 and (for Large Businesses) a Subcontracting Plan will also be required.

All evaluation factors, other than cost or price, when combined 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.

*****Amendment 0001 was issued on 08 April 2024.*****

*****Amendment 0002 for Phase II was issued on 17 June 2024. Only selected offerors invited by the Government to participate in Phase II are eligible to participate and submit an offer for Phase I.*****

*****Amendment 0003 was issued on 08 July 2024 to Phase II selected offerors.*****

*****Amendment 0004 was issued on 16 July 2024 to Phase II selected offerors.*****

*****OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****

Posted: July 16, 2024, 10:43 a.m. EDT
Posted: July 8, 2024, 11:40 a.m. EDT
Posted: June 17, 2024, 3:41 p.m. EDT
Posted: April 15, 2024, 2:01 p.m. EDT
Posted: April 8, 2024, 3:34 p.m. EDT
Posted: April 8, 2024, 1:39 p.m. EDT
Posted: March 18, 2024, 2:46 p.m. EDT
Posted: March 18, 2024, 12:54 p.m. EDT
Background
This is a non-personal services contract to provide maintenance and repair of the Dozer 675. It is operated by the United States Army Corps of Engineers (USACE), Memphis District, Operations Division. The 675 dozer is under the Department of Defense. The homeport for the dozer is Ensley Engineer Yard located at 2915 Riverport Road, Memphis, TN 38109.

Work Details
The Contractor shall furnish all labor, material, parts, management, supervision, facilities, utilities, equipment, tools, lubricants, fuel, and articles necessary to repair the dozer according to specifications. The dozer shall be fully operational, completely repaired, and maintained with no system deficiencies after the Contractor performs the scope of work.
Major requirements include USACE assessment and maintenance repair plan approval, repair and maintenance of the existing dozer including troubleshooting/diagnostics on engine and testing/inspection/commissioning of the dozer.

Period of Performance
The period of performance (PoP) shall not exceed one (1) month from contract award.

Place of Performance
The homeport for the dozer is Ensley Engineer Yard located at 2915 Riverport Road, Memphis, TN 38109. The location of the services to be performed under this contract will be at the Contractor’s facility.

Overview

Response Deadline
July 25, 2024, 1:00 p.m. EDT (original: April 17, 2024, 4:00 p.m. EDT) Past Due
Posted
March 18, 2024, 12:54 p.m. EDT (updated: July 16, 2024, 11:36 a.m. EDT)
Set Aside
None
Place of Performance
Fort Snelling, MN 55111 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
On 3/18/24 USACE Louisville District issued Solicitation W912QR24R0021 for Design-Build Maintenance and Repair Army Reserves (MRAR) Fort Snelling B505 due 7/25/24. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Bonny Dylewski   Profile
Phone
(502) 315-6177

Documents

Posted documents for Solicitation W912QR24R0021

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR24R0021

Award Notifications

Agency published notification of awards for Solicitation W912QR24R0021

Contract Awards

Prime contracts awarded through Solicitation W912QR24R0021

Incumbent or Similar Awards

Contracts Similar to Solicitation W912QR24R0021

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR24R0021

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR24R0021

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
Oct. 15, 2024
Last Updated By
bonny.c.dylewski@usace.army.mil
Archive Date
Oct. 15, 2024