Search Contract Opportunities

Squadron Operations and AMU complex   2

ID: W912QR22R0064 • 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 Request for Proposal (RFP). W912QR22R0064 for the Design Bid Build of a new Squadron Operations and AMU complex consisting of two-story for maintenance operations on the first floor and operations and administrative spaces on the second level.

Provide all labor, material, and equipment necessary to safely construct a Squadron Operations and Aircraft Maintenance Facility at Beale Air Force Base on time and within budget. Scope of project includes the construction of an administrative units including pre-briefing rooms, pilot and administrative offices, breakrooms, conference rooms, janitor closet on the second level. On the ground level, the aircraft maintenance unit (AMU) will include administrative and industrial areas, private offices, industrial locker rooms space, conference rooms, rack storage areas, and part supply storage. The scope includes reinforced concrete foundation, concrete slab, structural steel frame, CMU walls, and standing seam metal roof. Work includes all electrical, mechanical, communications, including secure communications, fire suppression, security, and energy monitoring systems. Site work will include landscaping, walkways and access pavements, utilities, storm water management and parking. Construction will include all work necessary to provide a complete and usable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01.

The project is anticipated to contain the following options:

01 Furniture Fixture and Equipment (FF&E)

02 Replace Sealed Concrete with Luxury Vinyl Tile

03 Replace Sealed Concrete with Epoxy Coating

04 Add Government Parking Spaces and Sidewalk to Front Entrance

05 Add Removable Bollards to North Drive Lane

06 Increase sidewalk width to 6 feet

07 Add Destratification Fans to Maintenance Areas

08 Add Scrolling LED Text Signs

09 Add Blast Fence

10 Add Sloped Floors and Fixed Seating in Briefing Rooms

11 Add Concrete Pad for Storage Containers

12 Add Wing wall at Exterior Fa ade

13 Add Storefront with Air Force Logo at Front Entrance

14 Add Split-faced CMU wainscot

15 Add Dumpster Enclosure

16 Demolish Existing Concrete Test Stand Foundation

The Contract Duration is seven hundred thirty (730) 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.
TYPE OF SET-ASIDE: This is full and open with HUBZone price evaluation preference.

SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management approach, and Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25.0 million and $50.0 million in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 08 July 2022. Additional details can be found in the solicitation when it is posted to www.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 Contracting Opportunities website, www.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 Federal Business Opportunities website at www.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 following database:
System 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 to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Levi Speth at Levi.R.Speth@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
July 8, 2022, 11:30 a.m. EDT Past Due
Posted
June 23, 2022, 11:16 a.m. EDT
Set Aside
None
Place of Performance
CA USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
79%
On 6/23/22 USACE Louisville District issued Presolicitation W912QR22R0064 for Squadron Operations and AMU complex due 7/8/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Levi Speth   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR22R0064

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR22R0064

Contract Awards

Prime contracts awarded through Presolicitation W912QR22R0064

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR22R0064

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR22R0064

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
June 23, 2022
Last Updated By
bonny.c.dylewski@usace.army.mil
Archive Date
Sept. 30, 2022