Search Contract Opportunities

Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)   5

ID: W9128F24R0016 • Type: Solicitation

Description

Posted: Nov. 14, 2024, 2:17 p.m. EST

Amendment 0004 Issued 14 November 2024 - Please reference attachments titled W9128F24R0016-0004_Issued 14 November 2024, W9128F24R0016-0004_Conformed_Issued 14 November 2024, and W9128F24R0016-0004_Peterson_TLF_Drawings. Date of receipt of proposals is extended to 22 November 2024 at 2:00 PM CST.

Amendment 0003 Issued 08 November 2024 - Please reference attachments titled W9128F24R0016-0003_Issued 08 November 2024, W9128F24R0016-0003_Conformed_Issued 08 November 2024, and W9128F24R0016-0003_Peterson_TLF_Drawings. Date of receipt of proposals remains 19 November 2024 at 2:00 PM CST.

Amendment 0002 Issued 25 October 2024 - Please reference attachments titled W9128F24R0016-0002_Issued 25 October 2024, W9128F24R0016-0002_Conformed_Issued 25 October 2024, W9128F24R0016-0002_Peterson_TLF_Drawings, and W9128F24R0016-0002_Specifications_and_Geotechnical_Report for additional information. Date of receipt of proposals has been extended to 19 November 2024 at 2:00 PM CST.

Amendment 0001 Issued 18 October 2024 - Please reference attachments titled W9128F24R0016-0001_Issued 18 October 2024, W9128F24R0016-0001_Conformed_Issued 18 October 2024, and W9128F24R0016-0001_TLF Site Visit Attendee List_17 October 2024 for additional information. Date of receipt of proposals remains 07 November 2024 at 2:00 PM CST.

This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. The acquisition approach for this project will be a Best Value Tradeoff RFP following FAR Part 15 procedures.

All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS code 236116 is included in their profile prior to submission of offer.

Site Visit: The site visit information is included within the solicitation.

DO NOT submit requests for plans and specifications. See Obtaining Solicitation Documents' below.

Project Description (approx. quantities): This project will construct a new temporary lodging facility complex consisting of three slab-on-grade, single story wood-framed buildings. One eight-unit building includes two accessible units (approx. 9,000 SF), one six-unit building contains community laundry facilities (approx. 7,200 SF), and another eight-unit building includes the main housekeeping area (approx. 10,300 SF). In addition to the eight or six dwelling units in each building, necessary functional spaces may include laundry, employee offices, staff restrooms, breakrooms, storage rooms and other utility type spaces. Each unit will contain independent HVAC systems. The project will also include internal and site-side infrastructural accommodations. Accommodations may include but are not limited to access drives, parking lots, site features & finishes, fire protection and suppression systems, HVAC systems, and interior and exterior utilities (comm, electrical, water, sanitary, etc.).

The project may include bid options for furniture, furnishing and equipment (FF&E).

Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility must be compatible with applicable DoD, Air Force, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. Performance and Payment Bonds will be required.

The above project description is for information only. Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 EVALUATION CRITERIA. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Past Performance, Technical Approach, Key Personnel, and Contract Schedule). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value selection will be considered after reviewing price and technical factors.

Magnitude: The estimated construction cost of this project is between $10,000,000 and $25,000,000.

Contracting Office Address:

USACE Omaha District

1616 Capital Ave Omaha, NE 68102-4901

Point Of Contact: All questions shall be submitted on ProjNet (ProjNet access, and additional guidance, will be given at time of solicitation issuance).

Place of Performance: Peterson Space Force Base, Colorado

Obtaining Solicitation Documents: Solicitation documents will be posted to the web via SAM.gov (https://sam.gov). Find solicitation announcement in SAM.gov (https://sam.gov).

  1. Use the Keywords search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the Federal Organizations (towards the middle of the page) or use the Federal Organizations search feature followed by the Advanced Search feature.
  2. By using the Sign In feature, it allows additional search features and allows you to keep your searches. Sign In might be required on some solicitations that are considered restricted.
  3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the Attachments/Links section of the solicitation.

Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov (https://sam.gov). Registration is required to access solicitation documents. SAM.gov (https://sam.gov) provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Please direct procurement questions to the Contracting Specialist, Brandon Landis via email at brandon.p.landis@usace.army.mil, add the Solicitation Number, W9128F24R0016, and Name in the Subject Line of the email.

PHONE CALLS WILL NOT BE ACCEPTED. DATES ARE ESTIMATES AND SUBJECT TO CHANGE.

Posted: Nov. 8, 2024, 8:48 a.m. EST
Posted: Oct. 25, 2024, 2:59 p.m. EDT
Posted: Oct. 18, 2024, 8:22 a.m. EDT
Posted: Sept. 24, 2024, 12:54 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Omaha District is issuing this solicitation for the construction of a Temporary Lodging Facility (TLF) at Peterson Space Force Base, Colorado.

The project aims to provide a new lodging complex that supports the mission of the Department of Defense (DoD) by offering temporary accommodations for personnel. The estimated construction cost is between $10,000,000 and $25,000,000, and the acquisition approach will follow a Best Value Tradeoff RFP process.

Work Details
The project involves constructing three slab-on-grade, single-story wood-framed buildings:

- An eight-unit building with two accessible units (approx. 9,000 SF)
- A six-unit building with community laundry facilities (approx. 7,200 SF)
- Another eight-unit building housing the main housekeeping area (approx. 10,300 SF).

Each unit will have independent HVAC systems and include functional spaces such as laundry rooms, employee offices, staff restrooms, breakrooms, storage rooms, and utility spaces. The contractor will also be responsible for site-side infrastructural accommodations including access drives, parking lots, fire protection systems, HVAC systems, and utilities (communication, electrical, water, sanitary). The facilities must comply with DoD Unified Facilities Criteria (UFC) 1-200-01 and UFC 1-200-02 for sustainable building requirements. Additionally, there may be bid options for furniture, furnishings, and equipment (FF&E). Performance and Payment Bonds will be required.

Period of Performance
The contract duration is set for 540 calendar days from the award date.

Place of Performance
Peterson Space Force Base, Colorado

Overview

Response Deadline
Nov. 22, 2024, 3:00 p.m. EST (original: Nov. 7, 2024, 3:00 p.m. EST) Past Due
Posted
Sept. 24, 2024, 12:54 p.m. EDT (updated: Nov. 14, 2024, 2:17 p.m. EST)
Set Aside
None
Place of Performance
Colorado Springs, CO 80914 United States
Source
SAM

Current SBA Size Standard
$45 Million
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 9/24/24 USACE Omaha District issued Solicitation W9128F24R0016 for Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO) due 11/22/24. The opportunity was issued full & open with NAICS 236116 and PSC Y1FC.
Primary Contact
Name
Brandon Landis   Profile
Phone
None

Secondary Contact

Name
Brittany Gull   Profile
Phone
None

Documents

Posted documents for Solicitation W9128F24R0016

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W9128F24R0016

Award Notifications

Agency published notification of awards for Solicitation W9128F24R0016

Incumbent or Similar Awards

Contracts Similar to Solicitation W9128F24R0016

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W9128F24R0016

Similar Active Opportunities

Open contract opportunities similar to Solicitation W9128F24R0016

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
Dec. 7, 2024
Last Updated By
brandon.p.landis@usace.army.mil
Archive Date
Dec. 7, 2024