Search Contract Opportunities

Design/Build of the Philip H. Sheridan Army Reserve Center Telecommunications Infrastructure Repair by Replacement, Fort Sheridan, IL   2

ID: W912QR24R0058 • Type: Presolicitation • Match:  100%
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:
Loading

Description

The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0058 for the upgrade of existing facilities IT network infrastructure (250,000 SF) at the Philip H. Sheridan United States Army Reserve Center (ARC) campus in Fort Sheridan, Illinois. There are fourteen (14) buildings on this site, one (1) building will be an option. Some rooms may need to be constructed in the facilities to support the IT requirements. The project will include design of the facilities to meet current specifications to meet current IT infrastructure requirements. Inside and outside plant upgrades may be necessary. After design is complete, the contractor will then need to upgrade the infrastructure in the facility while keeping the buildings fully operational. The Contract Duration is estimated at 620 calendar days from Contract Award

TYPE OF CONTRACT : This RFP will be for one (1) Firm-Fixed-Price (FFP) contract.

The North American Industrial Classification System Code (NAICS) for this effort is 238210 Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $19M.

TYPE OF SET-ASIDE : Total Small Business SET-ASIDE procurement.

SELECTION PROCESS : This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade-Off source selection process. The technical information contained in the 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 of the Solicitation, for review and consideration by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Performance (Prime Contractor and A/E Designer of Record), Technical, and Price. Pro Forma Information such as bonding and financial capability and the Standard Form (SF) 1442 will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered more important than 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.
CONSTRUCTION MAGNITUDE : The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204. The target ceiling for this contract is approximately $2,200,000. Offerors are under no obligation to approach this ceiling.
ANTICIPATED SOLICITATION RELEASE DATE : The Government anticipates releasing the solicitation on or about 19 June 2024. Details regarding the Optional Site Visit (including the actual date and time) will be included in the solicitation. Additional details can be found in the solicitation when it is posted to https://SAM.gov.
SOLICITATION WEBSITES : The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/. 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 System for Award Management at https://sam.gov. Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors' responsibility to check the websites 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 Kyle Tate, at kyle.g.tate@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/

Overview

Response Deadline
June 19, 2024, 12:00 p.m. EDT Past Due
Posted
May 28, 2024, 1:41 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Sheridan, IL United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$1,000,000 - $5,000,000 (value based on agency estimated range)
Odds of Award
79%
Signs of Shaping
81% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/28/24 USACE Louisville District issued Presolicitation W912QR24R0058 for Design/Build of the Philip H. Sheridan Army Reserve Center Telecommunications Infrastructure Repair by Replacement, Fort Sheridan, IL due 6/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC Z2JZ.
Primary Contact
Name
Kyle Tate   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR24R0058

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR24R0058

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR24R0058

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR24R0058

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR24R0058

Experts for Design/Build of the Philip H. Sheridan Army Reserve Center Telecommunications Infrastructure Repair by Replacement, Fort Sheridan, IL

Recommended subject matter experts available for hire

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 5, 2024
Last Updated By
marcel.d.hull@usace.army.mil
Archive Date
July 4, 2024