Search Contract Opportunities

SOF Tactical Equipment Maintenance Facility   4

ID: W9128F22R0086 • Type: Presolicitation • Match:  95%
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

At an estimated date of 27 September 2022, this office will issue a solicitation for the construction of the SOF Tactical Equipment Maintenance Facility located at Fort Carson, Colorado. This solicitation will use trade-off source selection procedures under the Best-value continuum.

This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION.

This is a fully designed project. The construction acquisition method is design-bid-build.

Project Description:

Construct a SOF Tactical Equipment Maintenance Facility (TEMF). The maintenance facility will include oil storage building, vehicle component storage building, and organizational equipment parking. The TEMF shall provide an administration and shop control office, equipment maintenance systems office, weapons vault, shop stock listing room, repair exchange/tech support room, tool issuing/storage room, restrooms, janitorial closet, break/training/conference room, telecommunications room, utility rooms, organizational storage bays, maintenance and repair areas, fluid distribution room, and compressor room.

The project shall provide a standalone prefabricated POL/hazardous waste storage building. The equipment maintenance facilities will include bridge cranes, maintenance bays including pits and vehicle lifts, administrative space, and tool storage areas.

Construction consists of concrete foundation and floor slab with metal frame structure. Built-in building systems will include fire alarm/mass notification, fire suppression, energy management control, telephone and advanced unclassified and classified communications networks, cable TV, intrusion detection, closed circuit surveillance, and electronic access control systems, and hardened protected distribution system.

Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate.

Supporting facilities include site preparation, hardstand, utilities (electrical, water, gas, sanitary sewer, chilled water, and information systems distribution), lighting, vehicle parking, access drives, curb and gutter, sidewalks, storm drainage, landscaping, roads, and other site improvements. Building feature include special foundations required for the expensive soils at Fort Carson. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current Department of Defense criteria. Access for persons with disabilities will be provided. Comprehensive interior design, design of electronic security, and audio-visual services are included.

The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the number of calendar days (stated in the solicitation) after receipt of NTP. Clauses will be included for Liquidated Damages in case of failure to complete the work in the time allowed. Performance and Payment Bonds will be required.

The magnitude of construction costs for this project is between $10,000,000 and $25,000,000.

The above project description is for information only. Project scope of work is subject to change.

SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION:

Please be advised of on-line registration requirements for Contractor Registration and for Representations and Certifications Application which are located in the System for Award Management "SAM" database at https://sam.gov/. The representation and certifications section in SAM are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year form the date of initial submission and expire on an annual basis from the update to SAM.

OBTAINING SOLICITATION DOCUMENTS:

Solicitation documents will be posted to the web via the Contract Opportunities tab at https://sam.gov.

Find solicitation announcement in SAM: https://sam.gov/

  1. Click on 'Search Contract Opportunities' under the Contract Opportunities title
  2. Use the 'Keywords' block to locate the project by entering the solicitation number or use the various advanced search blocks below the 'Keywords' search block.
  3. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted.
  4. Once you have located your project, click on the link to solicitation to view the project. Files may be downloaded from this view under 'Attachments/Links'.
  5. If you want other vendors, sub-contractors, or contractors to contact you, click on the 'Interested Vendors' tab and then "add me to Interested Vendors' link at the bottom of the page.

INQUIRIES:

A bidder inquiry key will be included in the solicitation. Questions regarding the solicitation will be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet/.

Overview

Response Deadline
Sept. 27, 2022, 3:00 p.m. EDT Past Due
Posted
Sept. 2, 2022, 3:42 p.m. EDT
Set Aside
None
Place of Performance
CO 80913 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Odds of Award
90%
On 9/2/22 USACE Omaha District issued Presolicitation W9128F22R0086 for SOF Tactical Equipment Maintenance Facility due 9/27/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1EB.
Primary Contact
Name
Scott Dwyer   Profile
Phone
None

Secondary Contact

Name
Amanda Eaton   Profile
Phone
None

Documents

Posted documents for Presolicitation W9128F22R0086

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128F22R0086

Award Notifications

Agency published notification of awards for Presolicitation W9128F22R0086

Contract Awards

Prime contracts awarded through Presolicitation W9128F22R0086

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128F22R0086

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128F22R0086

Experts for SOF Tactical Equipment Maintenance Facility

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Oct. 12, 2022
Last Updated By
scott.dwyer@usace.army.mil
Archive Date
Oct. 13, 2022