Area Maintenance Support Activity - San Tan Valley, Arizona

Agency:
State: Arizona
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159368367882383
Posted Date: Feb 16, 2024
Due Date: Mar 2, 2024
Source: Members Only
Follow
Area Maintenance Support Activity - San Tan Valley, Arizona
Active
Contract Opportunity
Notice ID
W912QR24R0032
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: Feb 16, 2024 02:34 pm EST
  • Original Response Date: Mar 02, 2024 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    San Tan Valley , AZ
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a solicitation (W912QR24R0032) for a Total Small Business Set-Aside on the construction of the Area Maintenance Support Activity facility, located at San Tan Valley, Arizona. This is a Design/Bid/Build project for the construction of a 13,985 GSF facility that is comprised of six (6) 32’x32’ work bays, Storage Areas (Tool Room, Parts, Room, Fluid Distribution, Flammable Material Storage, Contaminated Waste Storage, Battery Room), Administrative Areas (Shop Office & Break Room), a Library, and a suite of Facility Support Spaces including Toilets/Lockers/Showers, Lactation/Wellness Room, and Mechanical/Electrical/ Telecom spaces. Supporting facilities include organizational and non-organizational parking, vehicle wash rack/platforms, a bi-level equipment loading ramp, storm drainage, paving, walks, curbs and gutters, fencing, gates, lighting, information systems, landscaping, signage, circulation pavements, and access roads on 20 acres of land acquired by a long-term, nominal-cost lease. Sustainability/Energy measures and Cybersecurity measures will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards are incorporated. Access for individuals with disabilities will be provided. Facilities will be designed in accordance with Unified Facilities Criteria (UFC) 4-171-05 and to a minimum life of 40 years in accordance with UFC 1-200-02, including energy efficiencies, building envelope and integrated building systems performance. Heating and air conditioning will be provided using self-contained systems. Contractor should be familiar with earthwork construction in local areas, masonry structures, structural steel, extension of underground utilities, and connection to existing underground utilities. Successful bidders shall be familiar with widely accepted and generally acknowledged successful practices for local construction.



The Contract Duration is estimated at 540 days from Contract Award.





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 is a Total Small Business Set-Aside.





SELECTION PROCESS: This is a Design/Bid/Build procurement, Source Selection Best Value Trade-Off.



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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 March 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 https://sam.gov.

SOLICITATION WEBSITES: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/. 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 System for Award Management at https://sam.gov. Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors’ responsibility to check the websites 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 Ryan King, at ryan.m.king2@usace.army.mil



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



PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/


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
  • Feb 16, 2024 02:34 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 >