Search Contract Opportunities

Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406   4

ID: W912QR23R0007 • 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

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Design-Build, Request for Proposal (RFP) W912QR23R0007 for the Full Facility Restoration (FFR) of a three-story Officer Enlisted (OES) barracks building 5406, with a basement, at Joint Base McGuire-Dix-Lakehurst in New Jersey. The OES barracks includes approximately 39,770 square feet of usable floor space. This facility was previously renovated in 2003. The project involves the modernization of an existing concrete framed and CMU Walled barracks with attached processing and administration area in the hammerhead. External improvements will include a new roof, new windows, and a mow strip. Interior improvements will include replacement/ installation of electrical, plumbing, cable television, data, voice, and HVAC utilities. The HVAC system will be required to have individual room controls. Bathrooms will require new fixtures, showers, and toilets. Additional interior improvements may include new or replacement floor coverings, new or replacement wall coverings, and new or replacement ceiling systems. 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 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 100% General 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 Technical Approach for Design/Build. 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 four (4) 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, Management Plan, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information 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 between $10,000,000 and $25,000,000 in accordance with DFARS 236.204.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 7 June 2023 and approximate closing date on or about 7 July 2023. 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.

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 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 to 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 award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Mr. Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil

Overview

Response Deadline
July 7, 2023, 11:00 a.m. EDT Past Due
Posted
May 25, 2023, 10:22 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Joint Base MDL, NJ 08640 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/25/23 USACE Louisville District issued Presolicitation W912QR23R0007 for Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406 due 7/7/23. 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
Jesse E. Scharlow   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR23R0007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR23R0007

Award Notifications

Agency published notification of awards for Presolicitation W912QR23R0007

Contract Awards

Prime contracts awarded through Presolicitation W912QR23R0007

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR23R0007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR23R0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR23R0007

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
Nov. 30, 2023
Last Updated By
jesse.e.scharlow@usace.army.mil
Archive Date
Nov. 30, 2023