Search Contract Opportunities

Joint Operations Mission and Planning Center (JOMPC), Scott AFB   4

ID: W912QR20R0004 • Type: Presolicitation
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

NOTE: This announcement serves as the advance notice for this project. RESPONSES TO THIS PRESOLICITATION SYNOPSIS ARE NOT REQUIRED.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0004 for the construction of the Joint Operations and Mission Planning Center located at Scott Air Force Base, IL.

The project is for the new construction of a 171,804 SF facility. The project consists of a two-story structure built above grade that includes classified storage, communications infrastructure, HVAC system, uninterruptible power supply, emergency backup power generator, intrusion detection, and fire alarm mass notification and suppression systems. Project includes general site improvements, grading, drainage, pavement, lighting and utilities. Scope includes all related site demolition. Some areas of the facility require compliance with ICD 705 and DoDM 5200.01.

The contract duration is 749 calendar days.

TYPE OF CONTRACT AND NAICS: This Request for Proposal (RFP) will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220.
TYPE OF SET-ASIDE: This acquisition will be a full and open competition.

SELECTION PROCESS: This is a single-phase procurement following the trade-off (best value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government.

CONSTRUCTION MAGNITUDE: The magnitude of the project is anticipated to be between $100,000,000 and 250,000,000 in accordance with FAR 36.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 05 March 2021. Details regarding the Optional 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 http://www.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 the General Services Administration Contract Opportunities website, http://www.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 General Services Administration Contract Opportunities website at http://www.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 SAM database at http://www.beta.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, Bjorn Hale, at Bjorn.T.Hale2@usace.army.mil.

For Assistance with https://beta.sam.gov/ please contact the Federal Service Desk Directly at https://fsd.gov/fsd-gov/home.do or 866-606-8220.

Overview

Response Deadline
April 15, 2021, 2:00 p.m. EDT (original: April 13, 2021, 2:00 p.m. EDT) Past Due
Posted
Feb. 19, 2021, 8:56 a.m. EST (updated: March 8, 2021, 4:23 p.m. EST)
Set Aside
None
Place of Performance
Scott AFB, IL 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 2/19/21 USACE Louisville District issued Presolicitation W912QR20R0004 for Joint Operations Mission and Planning Center (JOMPC), Scott AFB due 4/15/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Bjorn T. Hale   Profile
Phone
(502) 315-6571

Documents

Posted documents for Presolicitation W912QR20R0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR20R0004

Award Notifications

Agency published notification of awards for Presolicitation W912QR20R0004

Contract Awards

Prime contracts awarded through Presolicitation W912QR20R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR20R0004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR20R0004

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
May 13, 2021
Last Updated By
bjorn.t.hale2@usace.army.mil
Archive Date
May 13, 2021