News

Industry Day for the FY19 Ft. McCoy Transient Barracks

Type of document: Contract Notice
Country: United States

Industry Day for the FY19 Ft. McCoy Transient Barracks

Agency:
Department of the Army

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

Zip Code:
40201-0059

Contact:
Morgan K. Strong, Contract Specialist, Phone 502-315-6210, Email morgan.k.strong@usace.army.mil

Link:

Date Posted:
21/05/2019

Classification:
Y

Contract Description:
MEETING LOGISTICS:

A Virtual Industry Day for an upcoming project at Ft. McCoy, Wisconsin will be held on 29 May 2019 at 14:00 PM (Eastern). The Industry Day will have teleconference and Web conference. The Virtual Industry Day will be recorded (audio only) and posted to FedBizOps (www.fbo.gov).

For Web conference:
Meeting Number: (511)468-6455
Participant Code: 107836

For Teleconference: Toll-Free: 888-431-3632
Access Code: 9780574

DESCRIPTION:

The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a solicitation for FY19 Ft. McCoy Transient Training Barracks project located at Fort McCoy, Wisconsin. The project will be will result in a Firm-Fixed-Price (FFP) award. The descriptions for the project is as follows:

The Louisville District (LRL) plans to issue a Request for Proposal (RFP) for the construction of a four-story Transient Training Enlisted Barracks for Major Exercises, Annual Training, Battle Assembly, and Mobilization training at Fort McCoy, WI to house 400-soldiers approximately 60,000 SF. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, steel stud infill, masonry veneer walls, prefinished standing seam metal roofing, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems and electrical systems. Supporting facilities include land clearing, paving, general site improvements, and utility connections. Anti-Terrorism/Force Protection (ATFP) and physical security measures have been incorporated into design including maximum standoff distance from roads and parking areas. Sustainability/Energy measures are included. Relocation of the existing sanitary sewer must remain in service until final connection of the new line. Natural Gas and Electrical service requires coordination with Xcel Energy. Construction traffic must be mindful of infiltration requirements.

The contract duration is six hundred and sixty (660) calendar days from issuance of the Notice to Proceed (NTP).

This project is a Design/Bid/Build effort and the Design portion was performed by the LRL District In-House team. The project will utilize a single phase procurement process and the basis of award will be the Best Value Trade-Off process.

The technical information contained in the OfferorтАЩs 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, Technical (i.e. Management Plan, Schedule, etc.), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.

CONSTRUCTION MAGNITUDE:

In accordance with DFARS 236.204, the construction magnitude for this project is anticipated to be between $10,000,000 and $25,000,000.

TYPE OF CONTRACT AND NAICS:

This RFP will for one (1) Firm Fixed Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this project will be 236220.

SET-ASIDE:

The set-aside determination is for Full and Open competition.

DISCUSSIONS:

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

ANTICIPATED SOLICITATION RELEASE DATE:

The Government anticipates releasing the solicitation for this project in June 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified 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 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 OfferorтАЩs 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 Morgan Strong, at Morgan.K.Strong@usace.army.mil.

Response Date:
052919

Sol Number:
W912QR19R0060

 

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