News

Renovate Squadron Operations (FAC663) at Grissom Air Reserve Base, Indiana

Type of document: Contract Notice
Country: United States

Renovate Squadron Operations (FAC663) at Grissom Air Reserve Base, Indiana

Agency:
Department of the Army

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

Zip Code:
40201-0059

Contact:
Jesse E. Scharlow, Contract Specialist, Phone 5023156183, Email jesse.e.scharlow@usace.army.mil

Link:

Date Posted:
29/07/2019

Classification:
Z

Contract Description:
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation For Bid (IFB), Solicitation No. W912QR19B0012 for Renovate Squadron Operations (FAC663) at Grissom Air Reserve Base, Indiana.

The proposed project is for the renovation of a Squadron Operations Building (663) at Grissom Air Reserve Base, Indiana. Work includes repair of the electrical wiring, switch gear, unserviceable piping, plumbing fixtures, lighting and HVAC equipment. HVAC to be evaluated per life-cycle cost analysis for most economical system. Upgrade all lighting with energy efficient luminaries. Also, all necessary natural gas handling equipment. Right size all administrative offices and conference rooms per FOCUS guidance. Repair the roof. Repair leaks in pavements at rear entrance to stop the flooding of the, below grade, theater stage area. Refersh all interior finishes to include floor covering, wall coverings, ceiling coverings, painting and trim. Replace all exterior windows and doors with energy efficient units. Upgrade sprinkler systems, mass notification and alarm systems to meet the latest codes. Add entrance canopies, vestibules, and enclosed overhang. Provide temporary utilities and trailers. Alter all features and aspects of the facility to bring it into full compliance with the latest building codes, life safety codes, anti-terrorism/force protection (AT/FP) measures plus the Air Force energy conservation policies. Provide a Comprehensive Interior Design Package.

The Contract Duration is five hundred and forty (540) calendar days from Contract Notice to Proceed.

TYPE OF CONTRACT AND NAICS: This RFP will be 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 will be a Total Small Business Set-Aside competitive procurement.

SELECTION PROCESS: The proposals will be evaluated using a Sealed Bid source selection process. An award will be made based on low price.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 9 August 2019. Details regarding the Optional Site Visit will be included in the solicitation. 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 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 Jesse Scharlow, Contract Specialist, jesse.e.scharlow@usace.army.mil.

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

Sol Number:
W912QR19B0012

 

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