Search Contract Opportunities

PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina   5

ID: W912PM24R0003 • 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: July 8, 2024, 3:24 p.m. EDT

***Notice hereby amended July 8, 2024, to extend proposed date of solicitation from June 21, 2024 to July 12, 2024 (estimated).*

**Notice hereby amended June 13, 2024, to extend proposed date of solicitation from June 3, 2024 to June 21, 2024 (estimated).*

*Notice hereby amended to extend proposed date of solicitation from May 16, 2024 to June 3, 2024.*
W912PM24R0003; PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina

The U.S. Army Corps of Engineers, Wilmington District, intends to issue a solicitation for construction of Carbon Net Zero Barracks located at Smoke Bomb Hill, Fort Liberty, North Carolina.

The project will consist of a standard design, Permanent Party (PP) Unaccompanied Housing (UH), Junior Enlisted & Junior Noncommissioned Officer (NCO) facility. The Army Standard Design, updated November of 2021, will be the basis of the design for interior features, to include floor plans for living areas (e.g. bedroom, bath and kitchen), dayrooms, fitness rooms, expanded vending areas as well as outdoor areas for sport, fitness and socialization. The facility will provide spaces for 146 Personnel (PN). Each dwelling unit will consist of sleeping rooms with walk-in closets, a bathroom with adjacent vanity rooms, a common kitchen and common living area. Common areas include a dayroom, entry lobby with visitors waiting area, Charge of Quarters (CQ) station, fitness room, vending area, laundry rooms, mechanical, electrical and communications spaces, an elevator, corridors, stairwells, janitor's closet, storage, and a boot wash and TA-50 equipment cleaning area. Access for individuals with disabilities will be provided. Fire Life Safety (FLS) systems and Utility Control Systems (UMCS) will also be included. Supporting facilities include utilities, storm drainage, paving, walks, curbs and gutters, parking, landscaping and site improvements.

This building is being designed as a Carbon Net Zero facility. The Net Zero goals for this project include passive energy conservation (reduction of heating and cooling demands), active energy conservation (optimized performance), full electrification of standard building operations, sustainable materials (using materials and products with low Global Warming Potential). The project will be designed to Net Zero greenhouse gas emissions. A Department of Defense (DoD) Net Zero emissions building is an efficient, all electric building that is designed and operated so scope 1 (direct emissions from owned or controlled sources) and scope 2 (indirect emissions from the generation of purchased energy) Green House Gas (GHG) emissions from all facility energy use equal zero on an annual basis, assuming it is able to be connected to on-site renewable energy or a regional grid that provides 100 percent Carbon-Free Electricity (CFE) on a net annual basis.

The contract issued will be both a Firm Fixed Price (FFP) and Fixed-Price Incentive (FPI(S)) type using a one-time deviation for Integrated Design and Construction (IDaC) of the Fixed Priced Incentive (successive targets) clause. The base requirement to perform Pre-Construction Services will be FFP. The option to construction will be FPI(S) until exercised it will convert to FFP at that time.

The North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction and the size standard is $45,000,000.00. The Magnitude of Construction of this project is between $50,000,000 and $100,000,000. This solicitation will be issued in electronic format only and will be available on or about July 12, 2024.**

Offerors shall submit an offer subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, General requirements for project labor agreements. Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government.

This solicitation will be offered as an unrestricted solicitation. It is the Government's intent to award a single contract using the IDaC delivery method. Any award made from the upcoming solicitation will be in accordance with the Best Value Tradeoff (BVTO) source selection process.

Offerors must be registered in the System for Award Management (SAM) to be eligible for an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website athttp://www.sam.gov.

After completing SAM, to download documents Contractors and their subcontractors must register at https://sam.gov/. To locate solicitation, Contractors can go to the https://sam.gov/ website and search for the solicitation number under Contract Opportunities . Contractors can register to be put on an interested vendors list that others can access through the https://sam.gov/ site. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Mrs. Karri L. Mares, Contract Specialist at email karri.l.mares@usace.army.mil, or Contracting Officer, Mr. John T.C. Hill, email john.t.hill@usace.army.mil.

Contracting Office Address:

U.S. Army Corps of Engineers
Wilmington District, CESAW-CT-M,
69 Darlington Ave
Wilmington, North Carolina 28403-1343
United States

Posted: June 13, 2024, 11:10 a.m. EDT
Posted: May 6, 2024, 3:44 p.m. EDT
Posted: April 26, 2024, 10:17 a.m. EDT

Overview

Response Deadline
July 30, 2024, 2:00 p.m. EDT (original: May 31, 2024, 2:00 p.m. EDT) Past Due
Posted
April 26, 2024, 10:17 a.m. EDT (updated: July 8, 2024, 3:24 p.m. EDT)
Set Aside
None
Place of Performance
Fort Liberty, NC United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price; Fixed Price Award Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$50,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
82%
On 4/26/24 USACE Wilmington District issued Presolicitation W912PM24R0003 for PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina due 7/30/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1FC.
Primary Contact
Name
Karri L. Mares   Profile
Phone
(910) 251-4863

Secondary Contact

Name
John T. C. Hill   Profile
Phone
(910) 251-4451

Documents

Posted documents for Presolicitation W912PM24R0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912PM24R0003

Award Notifications

Agency published notification of awards for Presolicitation W912PM24R0003

Contract Awards

Prime contracts awarded through Presolicitation W912PM24R0003

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912PM24R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912PM24R0003

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912PM24R0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT WILMINGTO
FPDS Organization Code
2100-W912PM
Source Organization Code
500039400
Last Updated
Aug. 14, 2024
Last Updated By
karri.l.mares@usace.army.mil
Archive Date
Aug. 14, 2024