U.S. Army Reserve Center in Asheville, NC

Agency:
State: North Carolina
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159251189673951
Posted Date: Feb 7, 2024
Due Date: Feb 7, 2024
Source: Members Only
Follow
U.S. Army Reserve Center in Asheville, NC
Active
Contract Opportunity
Notice ID
W912QR24R0011
Related Notice
W912QR24R0011
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2024 02:42 pm EST
  • Original Published Date: Jan 02, 2024 05:02 pm EST
  • Updated Response Date: Feb 07, 2024 02:00 pm EST
  • Original Response Date: Jan 17, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 22, 2024
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Asheville , NC
    USA
Description View Changes

The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0011 for the construction of the Army Reserve Center and associated secondary facilities, located in Asheville, North Carolina. Description of the construction project is as follows:



The construction of the Army Reserve Center is to be constructed of insulated concrete forms with a masonry veneer and reinforced concrete foundation and floors; resulting in a total building area of 31,637 SF. The construction of the Vehicle Maintenance Shop is to be constructed of insulated concrete forms with a masonry veneer and reinforced concrete foundation and floors; resulting in a total building area of 9,781 SF. The Unheated Storage Building is designed as a pre-engineered metal building; resulting in a total building area of 1,500SF. In addition to these buildings, there is a covered pre-engineered metal wash rack and a bi-level loading ramp. The project delivery method will be Design-Bid-Build (DBB). The facility will need to be compatible with applicable DoD and Army standards.



The Army Reserve Center is designed as a “four pod” shape, single story facility that provides sufficient administrative areas, educational spaces, storage spaces, assembly area, building operations areas and support spaces such as break room, lactation room and restrooms with lockers. The Vehicle Maintenance shop is designed as a rectilinear shape with the work bay occupying one half of the area and the support elements occupying the other half. The Unheated Storage Building is a pre-engineered metal building which will provide sufficient space to contain an item that can be stored in an unconditioned environment. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems and landscaping.



The Contract Duration is estimated at seven hundred twenty (720) calendar days from Administrative 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 - Commercial and Institutional Building Construction.



TYPE OF SET-ASIDE: This acquisition will be Full and Open procurement (Unrestricted)



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. The 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 and Volume I – Management Plan, Volume II – 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 more than $10,000,000 in accordance with FAR 36.204.



ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 07 February 2024. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times 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 same.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 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, Laura Phillips-Payne, at laura.phillips-payne@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

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 >