Search Contract Opportunities

Homestead Corrosion Wash Rack Facility   4

ID: W912QR23R0042 • Type: Presolicitation
Question & Answer 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: May 16, 2023, 4:14 p.m. EDT

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0042 for the Construction of a Corrosion Wash Rack Facility located at Homestead ARB, FL.

The project is to construct an approximate 19,500-SF two-bay hangar facility for aircraft corrosion mitigation/maintenance and wash rack functions. Project will include reinforced concrete foundation, concrete slab, apron paving, structural steel frame, roofing, exterior, electrical work, site improvements, utilities, fire alarm, fire sprinklers, wash water retention, worker fall protection, bridge cranes, and all necessary supporting facilities and controls for a complete and usable facility. Facility to have individual work surfaces, restrooms, locker/transfer and changing areas/showers, lockers, break area, offices, computer training area, and corrosion (maintenance)/wash bays. Facilities will be of permanent construction in accordance with the DoD Unified Facilities Criteria requirements.

The project is anticipated to contain options that will be listed in the Price Breakout Schedule of the resulting solicitation.

The Contract Duration is estimated at five hundred forty (650) calendar days from 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 236220. The Business Size Standard is $45M
TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement.

SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management approach, and Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than 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 discussions should it be deemed in the Government's best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10 million and $25 million in accordance with DFARS 236.204.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 12 June 2023. Details regarding Optional Site Visits will be included in the solicitation. Actual dates, times, and base access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to sam.gov.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at sam.gov website, https://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.sam.gov website at https://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, Lindsay Lawrence, at Lindsay.B.Lawrence@usace.army.mil

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

Posted: May 9, 2023, 4:46 p.m. EDT
Posted: April 27, 2023, 4:18 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0042 for the Construction of a Corrosion Wash Rack Facility located at Homestead ARB, FL. The project is to construct an approximate 19,500-SF two-bay hangar facility for aircraft corrosion mitigation/maintenance and wash rack functions. The project will include reinforced concrete foundation, concrete slab, apron paving, structural steel frame, roofing, exterior, electrical work, site improvements, utilities, fire alarm, fire sprinklers, wash water retention, worker fall protection, bridge cranes, and all necessary supporting facilities and controls for a complete and usable facility. The facility will have individual work surfaces, restrooms, locker/transfer and changing areas/showers, lockers, break area, offices, computer training area, and corrosion (maintenance)/wash bays. Facilities will be of permanent construction in accordance with the DoD Unified Facilities Criteria requirements.

Work Details
The project is anticipated to contain options that will be listed in the Price Breakout Schedule of the resulting solicitation. This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. This acquisition will be an unrestricted procurement. This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.

Period of Performance
The geographic location(s) the construction projects will be performed at Homestead ARB in Florida.

Place of Performance
The construction projects will be performed at Homestead ARB in Florida.

Overview

Response Deadline
May 31, 2023, 4:00 p.m. EDT (original: May 8, 2023, 10:30 a.m. EDT) Past Due
Posted
April 27, 2023, 4:18 p.m. EDT (updated: May 16, 2023, 4:14 p.m. EDT)
Set Aside
None
Place of Performance
Homestead, FL 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
79%
On 4/27/23 USACE Louisville District issued Presolicitation W912QR23R0042 for Homestead Corrosion Wash Rack Facility due 5/31/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Lindsay B Lawrence   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR23R0042

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR23R0042

Award Notifications

Agency published notification of awards for Presolicitation W912QR23R0042

Contract Awards

Prime contracts awarded through Presolicitation W912QR23R0042

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR23R0042

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR23R0042

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR23R0042

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 15, 2023
Last Updated By
lindsay.b.lawrence@usace.army.mil
Archive Date
June 16, 2023