Skip to main content

An official website of the United States government

You have 2 new alerts

W912HN24R3006 - PN 104777-Ft. Moore, Bldg. 73, Phase I Renovation

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 09, 2024 02:50 pm EDT
  • Original Published Date: Aug 09, 2024 02:46 pm EDT
  • Updated Date Offers Due: Sep 09, 2024 11:00 am EDT
  • Original Date Offers Due: Sep 09, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 16, 2024
  • Original Inactive Date: Aug 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

SOLICITATION NOTICE

W912HN24R3006

Project No.: 104777

Repair Bldg. 73, Fort Moore, GA

The U.S. Army Corps of Engineers {USACE) Savannah District is issuing a Request for Proposal (RFP) for W912HN24R3006 for Project Number: 104777, Repair Bldg. 73, Fort Moore, Georgia.

Updates to this Solicitation - Sheets A-202, A-205, A-207 have been replaced in their entirety from that of the Draft Solicitation.   All other documents from the Draft Solicitation remain the same and are now part of the Solicitation.

Type of Contract & NAICS: This Request for Proposal will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction, with a Small Business size standard of $45M.

Product Service Code: Z2JZ – Repair or Alteration of Miscellaneous Buildings

Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside IAW FAR 19.5

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.

Proposal Due Date:  09 September 2024 at 1100 hrs via PIEE.

Period of Performance: The period of performance including all options is anticipated to be 840 Calendar Days after the issuance of the notice to proceed.

Site Visit: A site visit will be conducted on 14 Aug 2024 at 1400. Attendees are asked to meet at the parking lot south of Building 73 - Sections A&B. See solicitation drawing sheets for project location and Attachment Bldg. 73 Map/ Site Visit Location for specific location.  The Site Visit POC: John Michael Abeln (706) 545-3138 or e-mail at john.m.abeln@usace.army.mil.

Installation Access: Visitors, to include all personnel within a vehicle, need to proceed to the Visitor Control Center with a government issued ID (such as a driver’s license or passport), vehicle insurance and vehicle registration to obtain a single day pass. Visitor Control Center is at the Main Gate (Gate 3) I-185 Lindsey Creek Parkway. Visitors need to allow for the time required to conduct the background check, which can vary between 15 and 60 minutes.  Visitor access information can be found at the following link: https://home.army.mil/moore/About/gates-visitors.  Visitors may also elect to use the online pre-registration, details can be found at the following link: https://www.moore.army.mil/gateinfo/Pass-Request-Online.html.

Description of Work: This is a new requirement to perform repairs of failed and failing components of Trainee Barracks Building 73 Ph I at Fort Moore, GA. The systems scheduled for repair include roof, exterior walls, windows, doors, fire protection, interior walls, interior finishes, finish floors, ceilings, plumbing, HVAC, HVAC controls, electrical service and distribution, building information systems, demolition and lead based paint and asbestos abatement. Work will also include demolition and sitework for upgrade of utilities and fire lane. 

This project is fully designed, and all technical specifications and drawings are provided.

Selection Process:  The contract will be solicited and procured via FAR Part 15, Contracting by Negotiations, Lowest Price Technically Acceptable (LPTA) source selection process in accordance with FAR 15.101-2.

Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System {SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project.

If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.

Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror.

Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

The following link is provided to satisfy FAR 36.211(b) reporting requirements for construction contracts anticipated to be awarded to a small business. The information is accessed by clicking on “View Construction Contract Modification Process” (satisfying FAR 36.211(b)(1)) and “View Construction Contract Modification Process Past Performance Data” (satisfying FAR 36.211(b)(2)) on the website provided." https://www.usace.army.mil/Business-With-Us/Partnering/mod/129895/details/443/

Point of Contacts: Contracting Officer - Mr. Greg Graham - gregory.m.graham@usace.army.mil

Contract Specialist – Ms. Tatjana Fisher – Tatjana.m.fisher@usace.army.mil

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA

Primary Point of Contact

Secondary Point of Contact

History