News

Construction of an Army Reserve Center (ARC) Training Building at Aguadilla, PR

Type of document: Contract Notice
Country: United States

Construction of an Army Reserve Center (ARC) Training Building at Aguadilla, PR

Agency:
Department of the Army

Official Address:
Attn: CELRL-CT
PO Box 59 Louisville KY 40201-0059

Zip Code:
40201-0059

Contact:
April C. Judd, Email april.c.judd@usace.army.mil

Link:

Date Posted:
09/04/2018

Classification:
Y

Contract Description:
DESCRIPTION: This project is to construct a 150-member Army Reserve Center (ARC) Training Building on existing Army Reserve owned property located a few miles from the Ramey United States Army Reserve Center (USARC) located in Aguadilla, PR. The building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; Insulated Concrete Form (ICF), and reinforced concrete masonry walls; low-slope roof with parapets; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoDтАЩs Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 355 kWr/101 Tons). Furniture is NOT included as part of this procurement but coordination with a third party vendor is expected per the contract.

Contract duration is estimated at 560 days.

A pre-proposal site visit may be held. Meeting and site visit details will be provided in Section 00100 of the solicitation.

CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 $25,000,000, in accordance with DFARS 236.204. The target ceiling for this contract (based on available funds) is approximately $11,088,700. Offerors are under no obligation to approach this ceiling.

SELECTION PROCESS: This is single phase procurement, being issued in two (2) staggers*, following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government.

*The intent of the stagger 1 solicitation will be to provide offerors with a conceptual project concept as all of the technical details have not been completed. The completed plans and specifications will be released as part of the stagger 2 solicitation/amendment. Please note that any bidder inquiries related to the technical details of the solicitation during the stagger 1 phase will not be addressed until after the stagger 2 solicitation/amendment is released.

Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Management Plan; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are 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 GovernmentтАЩs best interest.

NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 тАУ Commercial and Institutional Building Construction. Size Limitation is $36.5M.

TYPE OF SET-ASIDE: This competitive procurement is a 100% Total Small Business Set Aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation (stagger 1) on or about 30 April 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to

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, 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 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 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 April Judd at april.c.judd@usace.army.mil.

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

Sol Number:
W912QR18R0033

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy