Military Equipment Parking (MEP) Lot Addition at Cedar Rapids, IA

Agency:
State: Iowa
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159249127463567
Posted Date: Jan 17, 2024
Due Date: Jan 31, 2024
Source: Members Only
Follow
Military Equipment Parking (MEP) Lot Addition at Cedar Rapids, IA
Active
Contract Opportunity
Notice ID
W912QR24R0022
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 16, 2024 01:46 pm EST
  • Original Response Date: Jan 31, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Cedar Rapids , IA
    USA
Description

The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0022 for a fully designed construction of a Military Equipment Parking (MEP) area. Provide all labor, material, and equipment necessary to safely construct a fenced and lighted military vehicle parking (MEP) expansion that involves the conversion of a previously undeveloped site into a storage space for military vehicles. The parking results in approximately 8,400 SY of parking area and a total 9,200 SY including an apron and drive. This will include land clearing, paving, fencing, general site improvements and utility connections. The base bid includes only a portion of the MEP being paved with the remainder of the MEP as gravel.

The project is anticipated to contain the following options:




  1. Extension of the amount of pavement at the MEP approximately 260' beyond the Base Bid Design

  2. Extension of the amount of pavement at the MEP to the entire MEP area.



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 236220. The Business Size Standard is $45M.



SELECTION PROCESS: This is a 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 plan, and Price and ProForma 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 discussions should it be deemed in the Government's best interest.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5 million and $10 million in accordance with FAR 36.204.



ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 February 2024. Details regarding Optional Site Visits will be included in the solicitation. Actual dates, times, andbase access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to sam.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at sam.gov website,https://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.sam.gov website at https://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 anactive 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, Jordan Lowe, at jordan.t.lowe@usace.army.mil



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


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 16, 2024 01:46 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >