Search Contract Opportunities

FFR JBMDL TT Bks 5503 Solicitation   3

ID: W912QR21R0054 • 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. 1, 2021, 2:16 p.m. EDT

SITE VISIT TIME IS 10 AM 12 PM EST, 12 Aug 21.

Full Facility Restoration (FFR) of a three-story Transient Troop (TT) barracks, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey. The TT barracks includes approximately 39,770 square feet of usable floor space.

The project involves the modernization of an existing concrete framed and CMU Walled barracks. The modernization will include renovation of a 2+0 configuration based on existing conditions and attached auditorium and administration area in the hammerhead. When necessary to construct to the desired configuration, non-load bearing and/or load bearing walls may
be moved. Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities. The bathrooms will be completely upgraded with new bathroom fixtures, piping, showers and toilet facilities. The existing HVAC system will be replaced with appropriate system for individual room control. The existing electrical system will be upgraded to allow the facility to handle computers in rooms and prevent spikes and brownouts. Lighting will be improved. The interior renovations will include improved interior finishes such as drop ceilings, wall-coverings, tile and carpeting. Telecommunications work will supply one phone line, one cable television connection and one network connection to each bedroom. An appropriate number of phone lines, cable television connections and network connections will be supplied to the common areas. Life Safety upgrades will provide the appropriate alarm/suppression systems to protect and alert personnel. External improvements will include a new roof, new windows, and a mow strip. Supporting facilities include land clearing, paving, general site improvements, and utility connections. Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas. Sustainability/Energy measures are included.

The project will contain the following options: 1) OMAR Bona Fide Need Equipment; 2) Entry Canopies; 3) Fire Pump; 4) Paving; 5) Painting Large Steel Canopy.

The Contract Duration is seven hundred twenty (720) calendar days from Contract Notice to Proceed.

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: This acquisition will be a Small Business Set Aside competitive procurement.

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.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 and less than $25,000,000 in accordance with DFARS 236.204. The target ceiling for this contract is approximately $10,000,000. Offerors are under no obligation to approach this ceiling.

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 25 May 2021 and approximate closing date on or about 02 Sept 2020. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted.

PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held following the issuance of the Phase II solicitation to the Offerers selected to move forward. The exact location and time will be included in the solicitation.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only 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. Amendments, if/when issued, will be posted to the website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerers responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS:

Offerers shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerers 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 Offerer 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 Offerer is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offerer.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Adam Wantland at Adam.M.Wantland@usace.army.mil.

Posted: Aug. 30, 2021, 2:25 p.m. EDT
Posted: Aug. 26, 2021, 1:29 p.m. EDT
Posted: Aug. 12, 2021, 8:48 a.m. EDT
Posted: Aug. 6, 2021, 9:43 p.m. EDT
Posted: June 8, 2021, 9:58 p.m. EDT
Posted: June 8, 2021, 9:36 p.m. EDT
Background
The project involves the full facility restoration (FFR) of a three-story Transient Troop (TT) barracks, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey. The TT barracks includes approximately 39,770 square feet of usable floor space. The project aims to modernize the existing concrete framed and CMU Walled barracks, including renovation of a 2+0 configuration based on existing conditions and attached auditorium and administration area in the hammerhead. The project also includes interior improvements such as replacement/installation of electrical, plumbing, cable television, data, voice, and HVAC utilities, as well as complete upgrades to bathrooms and the HVAC system. External improvements will include a new roof, new windows, and a mow strip. The project also incorporates anti-terrorism/force protection (ATFP) and physical security measures.

Work Details
The project will consist of renovating the existing building floor plan, structural, mechanical, electrical, fire protection, communication systems, and interior finishes.
The new floor plan will consist of two-person barracks with a shared bathroom, mechanical room, day room, laundry and elevator on all three floors.
The single-story wing presently houses a computer lab that will be converted to an Auditorium with fixed seats, restrooms and storage rooms.
The sub-grade basement presently contains a certified weapons vault with Intrusion Detection System (IDS) and will remain but be upgraded.

Period of Performance
The contract duration is seven hundred twenty (720) calendar days from Contract Notice to Proceed.

Place of Performance
The geographic location for the construction projects is Joint Base McGuire-Dix-Lakehurst in New Jersey.

Overview

Response Deadline
Sept. 7, 2021, 10:00 a.m. EDT (original: July 8, 2021, 3:00 p.m. EDT) Past Due
Posted
June 8, 2021, 9:36 p.m. EDT (updated: Sept. 1, 2021, 2:16 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
NJ United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
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 6/8/21 USACE Louisville District issued Solicitation W912QR21R0054 for FFR JBMDL TT Bks 5503 Solicitation due 9/7/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2FC.
Primary Contact
Name
Adam Wantland   Profile
Phone
(502) 315-6197

Documents

Posted documents for Solicitation W912QR21R0054

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR21R0054

Contract Awards

Prime contracts awarded through Solicitation W912QR21R0054

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR21R0054

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR21R0054

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
Sept. 30, 2021
Last Updated By
adam.wantland@usace.army.mil
Archive Date
Sept. 30, 2021