Design-Build Maintenance & Repair Army Reserves (MRAR) Fort Snelling B505 info alert Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Agency:
State: Minnesota
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159508293283301
Posted Date: Mar 1, 2024
Due Date: Mar 18, 2024
Source: Members Only
Follow
Design-Build Maintenance & Repair Army Reserves (MRAR) Fort Snelling B505
info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Active
Contract Opportunity
Notice ID
W912QR24R0021
Related Notice
W912QR-24-ARC-SNELLING
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: Mar 01, 2024 04:44 pm EST
  • Original Response Date: Mar 18, 2024 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 02, 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:
    Fort Snelling , MN 55111
    USA
Description

The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0021 for the repair of a failing, 600-member Army Reserve Center (ARC) building at Fort Snelling, MN. Building 505 is a 63,115 SF facility that was constructed in 1979 and is used as an Army Reserve Center Training Building. This project will repair failing facility components, extend the economic life of the facility by 25 years, and provide a modern training building that enables readiness for the Army Reserve unit stationed there. Building components and systems to be repaired include the heating, ventilation, and air conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines.





The project contains options such as:





1) Operations and Maintenance, Army Reserve (OMAR) Funded Equipment Items (metal lockers and wire mesh caging);



2) Bona Fide Need Operations, Maintenance – Army Reserve (OMAR) Funded Equipment Items (arms vault dehumidifier, freestanding metal shelving, refrigerators and microwaves at breakrooms, undercounter refrigerator and microwave at lactation room, exterior ash/trash, window treatments, and fire extinguishers;



3) Military Equipment Parking (MEP);



4) Wash Platform; and



5) Monument Sign





The Contract Duration is estimated at 720 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 - Commercial and Institutional Building Construction.

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





SELECTION PROCESS: This is a two-phase Design/Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government.





As will be described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.





Following completion of the evaluation of Phase I, up to a maximum of four (4) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors as: Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, and Price. The Standard Form 1442 and (for Large Businesses) a Subcontracting Plan will also be required.





All evaluation factors, other than cost or price, 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 $25,000,000 and $100,000,000, in accordance with DFARS 236.204.





ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 18 March 2024. Details regarding the Optional Site Visit will be included in the Phase II solicitation amendment, with the actual date and time identified. Additional details can be found in the solicitation and amendments when they are 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 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 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 Bonny Dylewski, at bonny.c.dylewski@usace.army.mil





This announcement serves as the Advance Notice for this project. Responses to this synopsis are 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

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 >