News

General Construction DBB SRM 03 тАУ Ft. Benning (SDVOSB) SATOC

Type of document: Contract Notice
Country: United States

General Construction DBB SRM 03 тАУ Ft. Benning (SDVOSB) SATOC

Agency:
Department of the Army

Official Address:
Attn: CESAS-CT
100 W. Oglethorpe Ave Savannah GA 31402-0889

Zip Code:
31402-0889

Contact:
Arcia E Fusi, Contract Specialist, Phone 9126525901, Email Arcia.E.Fusi@usace.army.mil тАУ Magdalena Bernard, Contracting Officer, Phone 912-652-5131, Email Magdalena.Bernard@usace.army.mil

Link:

Date Posted:
05/03/2019

Classification:
Y

Contract Description:

The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN19R4000 for a Design-Bid- Build, Indefinite Delivery Indefinite Quanitity (IDIQ) Single Award Task Order Contract (SATOC) for General Construction. Task Orders issued under this SATOC will be for work within the three-state region of Georgia, South Carolina, and North Carolina, but with the primary focus area being Fort Benning, GA.

This Design-Bid- Build SATOC is intended to provide rapid responses for: new construction, upgrades, maintenance or repair of situations relating, but not limited to, site work, interior/exterior finishes, architectural woodwork, electrical, mechanical, plumbing, structural and fire suppression system of Government facilities in a cost effective manner. Work requiring the use of civil funds is not allowed. Work may include, but is not limited to:

General Construction:

New construction, renovation, repair and/or upgrades of all permanent structures to include but not be limited to: interior/exterior finishes (floors, ceilings, doors, windows, paint, siding, etc.), architectural woodwork (molding, cabinets, etc.), electrical systems (conduit, wire, breakers, panels, transformers, emergency generators, interior/exterior high and low voltage electrical power lines, interior/exterior lights, emergency shut offs, lighting protection, etc.), mechanical systems (HVAC instrumentation & controls, HVAC control systems, commissioning, decommissioning, retro-commissioning, total building commissioning, gas lines, insulation, acoustical systems, underground high temperature lines, boilers, chillers & chilled water distribution systems, variable frequency controls on HVAC systems, etc.), plumbing systems (sanitary sewer, domestic water lines, backflow preventers, pumps, water coolers, etc.), fire suppression systems (fire alarm systems,
sprinkler system, etc.), communication systems (mass notification system, IT lines, telephone & data lines, etc.), renewable energy systems (solar panels, ground source heat pumps, etc.), roofing systems (various roof types, gutters, downspouts, flashing, fascia, soffit, etc.), structural systems, fencing, gates, conduit and cables for security systems, Anti-Terrorism Force Protection systems (site layout, security design, building construction, threat development, level of protection, design constraints and communications, etc.) and the necessary appurtenances to consider the structure complete and usable.

Other Construction:

New construction, renovation, repairs and/or upgrades of highways, roads, streets, airport runways, concrete aprons & pads, sidewalks, decorative pavers, athletic/recreational surfaces, landscaping & irrigations systems, seeding/sodding, detection loops, pedestrian bridges, highway bridges (bridges that do not span over major waterways), parking lots, traffic lines/markings/signs. Work can also include the following, but not be limited to: site preparation, earthwork, grading, excavation & filling, clearing & grubbing, surveying, traffic & signalization and traffic studies. Storm water management, storm drainage systems and erosion control.

Incidental Work:

Work incidental to the tasks performed in any of the above paragraphs shall be included, but is not limited to: demolition, carpentry, lighting, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services.

Damage such as ceiling replacement, painting and carpet cleaning as a result of roof leaks.

Lead, asbestos and mold remediation work incidental to renovation work.

Surface deterioration incidental to interior/exterior repairs such as patching drywall, replacing siding, trim work, etc.

Relocating furniture, workstations, etc. incidental to construction.

Testing, reports and surveys associated with new construction, renovation, repairs and/or upgrades and additions to buildings (including lead and asbestos), structures, roads (including traffic/pedestrian patterns).

Restrictions: Task orders for design only or demolition only shall not be placed against the contract.

TYPE OF CONTRACT AND NAICS:
This acquisition will be offered as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB) and will result in one (1) Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ). The contract period of performance will not exceed five years (two (2) year base period and three 1 year options periods with a total contract capacity of $49M. This SATOC will be awarded to one (1) contractor, and will have an estimated Task Order range of $250K-$5M. Task orders issued under this SATOC will be firm-fixed price. All other resultant task orders may include options.

The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000.

TYPE OF SET-ASIDE:
This acquisition will be a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB) Set Aside.

CONSTRUCTION MAGNITUDE
: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000.

SELECTION PROCESS:
The Government will use the Best Value Tradeoff Process under FAR 15.

The basis for evaluation and evaluation factors for award will be included in the solicitation. Only that offeror whose proposal provides the best overall value will be awarded the contract with a minimum guarantee of $2,500.00. The evaluation factors and their relative importance for this solicitation and evaluation process will be included in the solicitation. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.

Note: This solicitation will be issued in electronic format only and is anticipated to be available on or about March 6, 2019. Please note that the proposal due date will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at After completing SAM registration, interested Contractors and their subcontractors must then register at in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at It is the OfferorтАЩs responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual Questions should be forwarded to Contract Specialist, Arcia Fusi at Arcia.E.Fusi@usace.army.mil or to the attention of Contracting Officer, Magdalena Bernard at Magdalena.Bernard@usace.army.mil. The contracting office address is 100 West Oglethorpe Avenue, Savannah
Georgia, 31401.

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

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 reques
ts 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 Contract Specialist Arcia Fusi at Arcia.E.Fusi@usace.army.mil 

Response Date:
031819

Sol Number:
W912HN-19-R-4000

 

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