News

Emergency Services Center (ESC) at Ft. Hunter Liggett, CA

Type of document: Contract Notice
Country: United States

Emergency Services Center (ESC) at Ft. Hunter Liggett, CA

Agency:
Department of the Army

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

Zip Code:
40201-0059

Contact:
Justin Bennett, Contract Specialist, Phone 5023156203, Fax 5023156195, Email justin.k.bennett@usace.army.mil

Link:

Date Posted:
15/05/2017

Classification:
Y

Contract Description:
DESCRIPTION: The U.S. Army Corps OF Engineers (USACE) Louisville District intends to issue a Request for the construction of a new Emergency Services Center (ESC) that consolidates the Police, Security, Fire, Crash-Rescue, and Emergency Medical Team (EMT) Departments into a single, modern facility, also including Military Equipment Parking (MEP) and Privately Owned Vehicle (POV) parking. It is located off 7th Division Road at Fort Hunter Liggett, CA in Monterey County. The Emergency Services Center is approximately 46,000 square feet, the Organizational Storage Building is approximately 1,200 SF, and the Covered Storage Shed is approximately 4,200 SF. The ESC will include a primary building supporting the administrative, operations, and classroom training requirements of the Departments; bay areas for the fire engines and ambulances; and a common dispatch center. Covered vehicle parking sheds will be provided for police vehicles, and grass and forest fire-fighting equipment. A back-up power generator building with above ground fuel tanks will be provided within the fenced area. Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; 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. LEED Version 3.0 Silver Certification will be required.

The solicitation may contain the following options:
A: тАУ Operations and Maintenance, Army Reserve (OMAR) Funded Equipment Items
B: тАУ тАЬBona Fide NeedтАЭ Operations and Maintenance, Army Reserve (OMAR) Funded Equipment Items
C: тАУ Trash Enclosure
D: тАУ Concrete Sidewalks
E: тАУ Outdoor Gathering Area
F: тАУ Widen East Access Drive; Asphalt Bus Parking Area
G: тАУ POV Parking Area Lighting
H: тАУ Upgrade Classroom XXI Light Fixtures
I: тАУ Underground Power Distribution
J: тАУ Removal of Existing Concealed Concrete.

Contract duration is 580 calendar days from contract award.

A Site Visit will be held, and information regarding will be provided in the Solicitation.

CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.

SELECTION PROCESS: This is a single phase procurement.

DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the GovernmentтАЩs best interest.

TYPE OF CONTRACT AND NAICS: This RFP will be one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 with a size standard of $36,500,000.00.

FULL AND OPEN PROCUREMENT: This acquisition will be a Full and Open procurement with the HUBZONE Price Evaluation Preference and the basis for award is best value. Proposals will be evaluated by the government in accordance with the submission requirements and evaluation criteria found in the solicitation.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 31 May 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to The approximate due date for proposals is 30 June 2017 at 2:00 p.m. Eastern Time (ET).

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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:
Justin Bennett,
Contract Specialist
justin.k.bennett@usace.army.mil
Phone: (502) 315-6203

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

Response Date:
053117

Sol Number:
W912QR-71239090

 

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