Search Contract Opportunities

DLA Aviation Operations Center, Phase II, Defense Supply Center Richmond (DSCR) (Amendment 3 & 5) SEE RELATED NOTICE ID: W91235620R2005 FOR THE ORIGINAL SOLICITATION & OTHER SUBSEQUENT AMENDMENTS   3

ID: W9123620R2005 • Type: Presolicitation

Description

Posted: Dec. 11, 2020, 5:14 p.m. EST

Amendment 5

Amendment 5 is issued to provide the following:

1. Provide changes to Factor 1, Past Performance, and Factor 3, Small Business Participation Plan.

2. Modify CLIN 0005 "DLA Aviation Ops Center - WELLS IN ROCK - UNIT COST".

3. Modify CLIN 0006 "SPECIAL FOUNDATIONS (PILES AND PILE CAPS)" unit of measure and quantity.

4. Provide the revised CLIN Schedule

5. Modify solicitation to reflect revised CLIN structure.

All other terms and conditions remains unchanged.

Amendment 3

Amendment 0003 is issued to provide the following:
1. Revise language Section 5.2.2 Evaluation Criteria regarding, Recency , and Relevancy , defining criteria.
2. To include an additional Point of Contact:Synease McArthur for the Request Codes portion of the Instructions to Offerors.
3. To revise upcoming due dates.
4. To revise the CLIN structure.
5. To provide additional attachments to the solicitation package.
All other terms and conditions remain unchanged.

(Site Visit Attendance Sheet Available)

W9123620R2005

DLA Aviation Operations Center, Phase II, Defense Supply Center Richmond (DSCR)

Richmond, VA,

This is NOT a solicitation

The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) acquisition for a Design-Bid-Build construction of the DLA Aviation Operations Center, Phase II, multi-story office building in an administrative operations center, in Richmond, VA. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation.

The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited unrestricted, with full and open competition. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction, with a Business Standard of $39.5M and Product Service Code of Y1AA Construction of Office Buildings.

The magnitude of construction is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204 - Disclosure of the magnitude of construction projects.

Project Description: The DLA Aviation Operations Center Phase II project requirements will construct a multi-story office building of 281,075 SF to accommodate 1,622 employees in an administrative operations center. The Operations Center includes the following: open and individual administrative office and support areas (e.g., mail distribution, packing and shipping spaces, reception space, reproduction area, unclassified conference and Video Tele-Conference (VTC) space, law library, kitchenette/break, restrooms, storage, equipment and supply rooms, passenger and service elevators), lightning protection, fire suppression, fire alarm, mass notification systems, Intrusion Detection System (IDS) and energy management control system (EMCS), and building information systems.

The project will utilize conventional design and construction methods to accommodate the mission of the facility. The facility will be compatible with the Department of Defense (DoD), DLA, and Defense Supply Center, Richmond design standards. Local material and construction techniques will be used where cost effective. The facility will be designed as a permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The project will comply with DoD minimum Antiterrorism Standards for buildings per UFC 4-010-01. The project also includes emergency generators, site improvements, special foundations, parking and all necessary supporting facilities.

The contract completion date will be 1020 calendar days after notice to proceed.

Contractors will be required to submit bid bonds documents prior to award.

The Government intends to award a firm fixed priced contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through a RFP Best Value Trade-off process.

The Best Value Trade-off consists of the following four evaluation factors:

Factor 1 Past Performance

Factor 2 Project Approach

Factor 3 Small Business Participation Plan

Factor 4 Price

All technical evaluation factors (non-price factors), when combined, are considered approximately equal to price.

The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov on or about May 27, 20202. Telephone calls or written requests for the RFP package will NOT be accepted. Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract.

For inquiries about this notice, please contact Mr. Tarik A. Booze at (757) 201-7103 or via email Tarik.a.booze@usace.army.mil.

Posted: Aug. 21, 2020, 9:19 a.m. EDT
Posted: Aug. 21, 2020, 9:17 a.m. EDT
Posted: July 22, 2020, 5:01 p.m. EDT
Posted: July 10, 2020, 6:05 p.m. EDT
Posted: May 28, 2020, 3:48 p.m. EDT
Posted: May 27, 2020, 1:11 p.m. EDT
Posted: May 27, 2020, 10:44 a.m. EDT
Posted: May 27, 2020, 10:41 a.m. EDT
Posted: May 26, 2020, 11:11 p.m. EDT
Posted: May 15, 2020, 1:09 p.m. EDT
Posted: May 8, 2020, 2:24 p.m. EDT

Overview

Response Deadline
Dec. 24, 2020, 3:00 p.m. EST (original: May 23, 2020, 12:00 a.m. EDT) Past Due
Posted
May 8, 2020, 2:24 p.m. EDT (updated: Dec. 11, 2020, 5:14 p.m. EST)
Set Aside
None
Place of Performance
Richmond, VA 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
66%
On 5/8/20 USACE Norfolk District issued Presolicitation W9123620R2005 for DLA Aviation Operations Center, Phase II, Defense Supply Center Richmond (DSCR) (Amendment 3 & 5) SEE RELATED NOTICE ID: W91235620R2005 FOR THE ORIGINAL SOLICITATION & OTHER SUBSEQUENT AMENDMENTS due 12/24/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Tarik Booze   Profile
Phone
(757) 201-7103
Fax
(757) 201-7183

Secondary Contact

Name
Katya Oxley   Profile
Phone
(757) 201-7026
Fax
None

Documents

Posted documents for Presolicitation W9123620R2005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123620R2005

Contract Awards

Prime contracts awarded through Presolicitation W9123620R2005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123620R2005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123620R2005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
Jan. 30, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 30, 2021