Design-Bid-Build Construction of Collective Training Enlisted Barracks East at Fort McCoy, Wisconsin

Agency:
State: Wisconsin
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159821534991328
Posted Date: Dec 8, 2023
Due Date: Dec 18, 2023
Source: Members Only
Follow
Design-Bid-Build Construction of Collective Training Enlisted Barracks East at Fort McCoy, Wisconsin
Active
Contract Opportunity
Notice ID
W912QR24R0002
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 08, 2023 12:02 pm EST
  • Original Published Date: Nov 06, 2023 03:18 pm EST
  • Updated Date Offers Due: Dec 18, 2023 03:00 pm EST
  • Original Date Offers Due: Dec 11, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 31, 2024
  • Original Inactive Date: Aug 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1FC - CONSTRUCTION OF TROOP HOUSING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort McCoy , WI 54656
    USA
Description

Request for Proposal (RFP), Solicitation No. W912QR24R0002 is issued for the Design-Bid-Build construction of a new 61,229 sf, 4-story, 400-bed, Transient Training Enlisted Barracks. Work includes standing seam metal roof over rigid insulation on steel deck on structural trusses, utility brick veneer over rigid insulation on steel studs with exterior glass mat gypsum sheathing, concrete floor on metal deck and on-grade, elevator, aluminum doors and windows, gypsum board and metal frame partitions, steel door frames and steel doors, acoustical ceilings, HVAC, plumbing, security, and electrical systems. Air barrier testing and HVAC silver is required. Construct Site Work to include base proposal demolition, site clearing, grading, drainage, utilities, paving, and permits, beyond a line five feet outside the Barracks Building.



The project contains options such as: 1) Operations and Maintenance, Army Reserve (OMAR) Funded Laundry Equipment Items (washers and dryers); 2) Bona Fide Need Operations, Maintenance - Army Reserve (OMAR) Funded Equipment Items (metal shelving, fire extinguishers, window blinds) ; 3) All Work to Install Concrete Pavement on the Mow strips, Sidewalks including the Fire Lane; 4) Southern Third Concrete Parking Lot; 5) Middle Third Concrete Parking Lot; and 6) Northern Third Concrete Parking Lot.



The Contract Duration is 780 calendar days from Contract Award.



TYPE OF CONTRACT AND NAICS: This RFP is 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 an Unrestricted (Full and Open) Procurement.



SELECTION PROCESS: This is a single-phase 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, Management Plan, Small Business Participation Plan, and Price. 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 between $25,000,000 and $100,000,000, in accordance with DFARS 236.204.



SOLICITATION WEBSITES: The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.sam.gov, and the Procurement Integrated Enterprise Environment (PIEE) website Solicitation Module website at 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 SAM website at https://www.sam.gov and the PIEE website Solicitation Module at https://piee.eb.mil/. From SAM.gov, all relevant files can be downloaded by go to the "Attachment/Links" section and clicking on "PIEE Solicitation Module Link for W912QR24R0002." Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the "Attachments" section for electronic downloading. These will be the only methods of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check both websites periodically for any amendments to the solicitation.



REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at https://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.



Amendment 0001 was issued on 22 November 2023.



This posting was updated to attach the Sign-In Sheet for the Site Visit held on 29 November 2023.



Amendment 0002 was issued on 30 November 2023.



Amendment 0003 was issued on 04 December 2023.



***Amendment 0004 is issued on 08 December 2023.***



NOTE: Base Solicitation documents are available for download from the PIEE Solicitation Module and all Amendment documents are available for download from www.SAM.gov under the "Attachments/Links" section.



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



Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ and then clicking on: "View FFP Contract Changes Playbook Here."


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 >