Ground Transport Equipment Bldg (GTEB) at Detroit Arsenal

Agency:
State: Michigan
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159548313357281
Posted Date: Dec 1, 2023
Due Date: Dec 15, 2023
Source: Members Only
Follow
Ground Transport Equipment Bldg (GTEB) at Detroit Arsenal
Active
Contract Opportunity
Notice ID
W912QR24R0008
Related Notice
W912QR24R0008
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: Nov 30, 2023 07:25 pm EST
  • Original Response Date: Dec 15, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Warren , MI 48091
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0008 for the construction of a new Ground Transport Equipment Building (GTEB) for the Ground Vehicle Systems Center at Detroit Arsenal (DTA), located in Warren, MI.



This project is for the design/bid/build construction of a non-standard design, single story building to be used for research, development, and testing of tank, automotive, and other ground transport equipment. The new facility will be approximately 31,800 SF with a high bay and a lower bay. The high bay will be located over the test areas, pump room, and tool/storage room. The lower bay will be located over the control room, open office area, locker and restroom areas, conference, and break rooms, and supporting mechanical, electrical and communications rooms. The facility includes laboratory space containing research test beds, bridge cranes and support, control and observation rooms, operations support space, administrative spaces, equipment and material storage, vehicle access areas, and mechanical/electrical/utility support spaces in the form of hydraulic, water, power, and control wiring access points. Primary facilities include the Ground Transport Equipment Building, Organizational Vehicle Parking, and special foundations including vibration-isolation seismic mass foundations and specialized equipment flooring. An Intrusion Detection System (IDS) connection, and Energy Monitoring Control Systems (EMCS) connection are included. Heating and cooling will be provided by self-contained systems. Supporting facilities include site development, utilities, lighting, paving, storm drainage, information systems, landscaping, and signage.



Contract duration is estimated at 900 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation.



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: Full and Open Competition (Unrestricted)



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.



SELECTION PROCESS: This will be a single-phase Design-Bid-Build procurement process. The proposals will be evaluated using a Best Value Trade-Off Process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 12 of the Solicitation, for review and consideration by the Government. The selection process will evaluate factors such as (not necessarily in order): Past Performance, Management Plan, and Small Business Participation Plan. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.



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 discussions should it be deemed in the Government's best interest.



ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 December 2023. 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 http://www.sam.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.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 Federal Business Opportunities website at http://www.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 the Contract Specialist, Renee Booth at Meranda.R.Booth@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 >