Search Contract Opportunities

Ft McCoy REECE Scoute Range D/B/B New Construction IFB   4

ID: W912QR21B0006 • 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:
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: June 21, 2021, 2:20 p.m. EDT

***** THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT THE SOLICITATION. THE SOLICITATION IS EXPECTED TO BE PUBLISHED ON, OR AROUND 15 JULY 2020.*****

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR21B0006 for the construction of a new scout range located at Ft. McCoy, WI. A description of the construction project is as follows:

This project is a design-bid-build project to construct a new Scout/Recce Gunnery Complex on existing Range 29 at Ft. McCoy, WI. This range is designed to train and test scout reconnaissance crews and sections on the skills necessary to detect, identify, engage, and defeat stationary and moving infantry and armor targets in a tactical array. Down range work will consist of demolition of existing target structures and berms and construction of aggregate tank maneuver trails, aggregate service trails, concrete pads, battle positions, drainage pipes and structures, electrical and communications cabling, range limit markers, lane markers, and target emplacements as described below:

New construction:

1 Moving Armor Target (MAT), 96 Stationary Infantry Target emplacements (SIT), 32 Widened SIT (w-SIT), 4 Moving Infantry Target Emplacements (MIT), 35 Stationary Armor Target Emplacements (SAT), 2 Two-Tier Battle Positions (BP), 4 Reverse Slope BPs, and 4 Firing Positions.

Refurbish:

3 existing MATs

This project will also include upgrades to some existing Range Operations and Control Area (ROCA) facilities, demolition of an existing vault latrine and construction of a new wet latrine. Upgrades to the existing ROCA include data connections to the existing Range Control Tower (RCT) and After Action Review Building (AAR), lightning protection for the existing Covered Mess and Bleacher Enclosure, and a cover and lightning protection for the existing Ammunition Loading Dock.

The Contract Duration is estimated at seven hundred and thirty (730) calendar days from Notice to Proceed.

A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation
TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. The Business Size Standard is $36.5M
TYPE OF SET-ASIDE: This acquisition will be a Full and Open procurement with a HUBZone Price Evaluation Preference of 10% used in accordance with FAR 19.1307.

SELECTION PROCESS: This is an Invitation For Bid (IFB) procurement where selection will be made based on lowest price.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 in accordance with FAR 36.204.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 19 April 2021. Details regarding a Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to beta.sam.gov.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at beta.sam.gov website, https://beta.sam.gov. 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 beta.same.gov website at https://beta.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website 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 Contract Specialist, Stephen (Dusty) Ramsey, at Stephen.D.Ramsey@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Posted: June 21, 2021, 2:16 p.m. EDT

Overview

Response Deadline
July 15, 2021, 3:00 p.m. EDT (original: July 10, 2021, 3:00 p.m. EDT) Past Due
Posted
June 21, 2021, 2:16 p.m. EDT (updated: June 21, 2021, 2:20 p.m. EDT)
Set Aside
None
Place of Performance
Fort McCoy, WI 54656 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
On 6/21/21 USACE Louisville District issued Presolicitation W912QR21B0006 for Ft McCoy REECE Scoute Range D/B/B New Construction IFB due 7/15/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Stephen D. Ramsey   Profile
Phone
(502) 315-6214

Documents

Posted documents for Presolicitation W912QR21B0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR21B0006

Award Notifications

Agency published notification of awards for Presolicitation W912QR21B0006

Contract Awards

Prime contracts awarded through Presolicitation W912QR21B0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR21B0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR21B0006

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
June 21, 2021
Last Updated By
stephen.d.ramsey@usace.army.mil
Archive Date
Sept. 30, 2021