Search Contract Opportunities

Letterkenny Munitions Center Joint Missile Maintenance Facility, Chambersburg, PA.   7

ID: W912DR24R0013 • 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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 3, 2024, 1:17 p.m. EDT

Official solicitation has been posted under Notice ID W912DR24R0013.

https://sam.gov/opp/7662115d83804b48ba2c881418064320/view

SOLICITATION NO.: W912DR24R0013

PROCUREMENT TYPE: Pre-Solicitation Notice

TITLE: LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY (JMMF) LOCATED IN CHAMBERSBURG, PA.

Classification Code: Y--Construction of structures and facilities

This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 "Commercial and Institutional Building Construction" with a size standard of $45,000,000.00.

The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solict for and award services for the Letterkenny Munitions Center (LEMC) Joint Missle Maintenance Facility (JMMF) located in Chambersburg, PA. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB), contract procured in accordance with FAR 15, Contacting by Negotiations, under a Lowest Price Technically Acceptable (LPTA) process.

The scope of work includes construction services to construct a guided missile maintenance facility. The facility will include missile test cells with blast protection, lightning protection system and complete internal and external grounding, extensive mechanical systems to regulate constant temperature and humidity levels, structural criteria for open storage of classified materials for the entire facility, hazardous material storage, paint booth, covered ammunition storage area, offices, break room, restrooms, parts storage areas, and operating bays. An interior bridge crane is required. Primary facilities include renovation of Building 5300, construction of an organizational storage building, battery shop with forklift charging stations. Supporting facilities include site development, utilities and off-site utility connections, fire protection and alarm systems, lighting, paving, parking, walks, curbs, and gutters, site clearing and grading, storm drainage, information systems, landscaping, and signage. Building information systems for this project are unique in nature and not included in the unit cost of the building. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 97 Tons).

The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 910 calendar days from Notice to Proceed.

Additional information in accordance with the Statement of Work will be included in the Request for Propsoal (RFP) package.

This will be a single-phase Design-Bid-Build contract utilizing the Lowest Price Technically Acceptable (LPTA) process. An award will be made to the offeror whose proposal is determined technically acceptable and the lowest price to the Government considering the evaluation factors. It is anticpated that the Request for Propsoal (RFP) will be released on or about 29 April 2024 with proposals due on or about 29 May 2024.

The RFP will be provided in an electronic format, free of charge, to all authenticated account holders of the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/.

The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not issued in paper format.

Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor's SAM registration. Note; Update SAM profile to include all applicable NAICS codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.

Per Executive Order 14063, a Project Labor Agreement (PLA) is required for large-scale construction projects over $35M. The Government does not plan to seek an exception to this requirement.

Posted: April 12, 2024, 12:28 p.m. EDT
Posted: April 12, 2024, 10:24 a.m. EDT

Overview

Response Deadline
July 2, 2024, 11:00 a.m. EDT (original: April 24, 2024, 11:00 a.m. EDT) Past Due
Posted
April 12, 2024, 10:24 a.m. EDT (updated: May 3, 2024, 1:17 p.m. EDT)
Set Aside
None
Place of Performance
Chambersburg, PA 17201 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
53%
On 4/12/24 USACE Baltimore District issued Presolicitation W912DR24R0013 for Letterkenny Munitions Center Joint Missile Maintenance Facility, Chambersburg, PA. due 7/2/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1BF.
Primary Contact
Name
Amber Rose   Profile
Phone
(410) 962-3987

Secondary Contact

Name
Michael Getz   Profile
Phone
(410) 962-3455

Documents

Posted documents for Presolicitation W912DR24R0013

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DR24R0013

Award Notifications

Agency published notification of awards for Presolicitation W912DR24R0013

Contract Awards

Prime contracts awarded through Presolicitation W912DR24R0013

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DR24R0013

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DR24R0013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DR24R0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
July 17, 2024
Last Updated By
michael.j.getz@usace.army.mil
Archive Date
July 17, 2024