W912QR24R0063 HVAC Maintenance and Repair of Building 659 Army Reserve Center (ARC) at Parks Reserves Forces Training Area (RFTA), CA
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 08, 2024 04:22 pm EDT
- Original Published Date: Jul 23, 2024 03:49 pm EDT
- Updated Date Offers Due: Aug 23, 2024 02:00 pm EDT
- Original Date Offers Due: Aug 23, 2024 02:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Aug 08, 2025
- Original Inactive Date: Jul 23, 2025
- 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: Dublin , CA 94568USA
Description
***Amendment 0003 was posted to SAM.gov on 08 August 2024***
*** Site Visit Roster posted to SAM.gov on 08 August 2024***
***Amendment 0002 was posted to SAM.gov on 05 August 2024***
***Amendment 0001 was posted to SAM.gov on 29 July 2024***
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR24R0063 for Maintenance and Repair project of building 659 (Army Reserve Center) located at Parks Reserves Forces Training Area in CA. The design/bid/build repair project comprises a total of approximately 16,500 square feet. Required improvements will provide air conditioning to the second and third floors of the existing Army Reserve Center, as well as the first-floor lobby, three offices, and two main corridors of the building. It will include demolition, interior repairs of interior walls, doors, flooring, windows, and ceilings.
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 eff ort 236220. The Business Size Standard is $45M.
TYPE OF SET-ASIDE: This acquisition will be set-aside for a WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER WOSB PROGRAM SET-ASIDE procurement.
SELECTION PROCESS: This is a Design/Bid/Build procurement. The proposals will be evaluated using a Best-Value Trade-Off source selection process. Past performance and technical information contained in the Off eror's 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 Factor(s) such as management plan, and Price and ProForma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5 million and $10 million in accordance with FAR36.204.
DISCUSSIONS: The Government intends to award without discussions butreserves the right to conduct discussions should it be deemed in theGovernment's best interest.
SITE VISIT: An Organized Site Visit is scheduled for Thursday, 01 August 2024 at 10:00 AM Pacific Time (PT). See Soliciation Section 00 21 00 - Instructions, FAR Clause 52.236-27 for further details.
NOTICE TO POTENTIAL BIDDERS/OFFERORS: In accordance with DFARS 204.7302, Contractors and subcontractors are required to provide adequate security on all covered contractor information systems.
Contractors are required to implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 by inclusion of clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at time of award to have at least a medium – or high – level assessment with a score of 110 or better (as described in the “NIST SP 800-171 DoD Assessment Methodology”), that is current (i.e., not more than 3 years old unless a lesser time is specified in the solicitation). If the assessment score shows a score less than 110, Contractor’s shall provide a “system security plan” and “plan of action” for NIST SP 800-171 verification and assurance by Army security officials.
SPRS provides storage and access to the NIST SP 800-171 assessment scoring information. To access the NIST SP 800-171 Assessments module, users must be registered in the Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ and be approved for access to Supplier Performance Risk System (SPRS).
The NIST SP 800-171 DoD Assessment Methodology is located at:
https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171
Vendor Help and Training Tutorials are available at https://www.sprs.csd.disa.mil/nistsp.htm
Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on “View FFP Contract Changes Playbook Here”.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
- LOUISVILLE , KY 40202-2230
- USA
Primary Point of Contact
- Alex Hamilton
- alex.j.hamilton@usace.army.mil
- Phone Number 5023156252
Secondary Point of Contact
- Bonny Dylewski
- bonny.c.dylewski@usace.army.mil
- Phone Number 5023156177
History
- Aug 21, 2024 03:41 pm EDTSolicitation (Updated)
- Aug 21, 2024 01:53 pm EDTSolicitation (Updated)
- Aug 08, 2024 04:35 pm EDTSolicitation (Updated)
- Aug 08, 2024 04:22 pm EDTSolicitation (Updated)
- Aug 08, 2024 02:19 pm EDTSolicitation (Updated)
- Aug 08, 2024 10:43 am EDTSolicitation (Updated)
- Aug 05, 2024 12:46 pm EDTSolicitation (Updated)
- Aug 05, 2024 12:17 pm EDTSolicitation (Updated)
- Jul 29, 2024 04:17 pm EDTSolicitation (Updated)
- Jul 29, 2024 03:52 pm EDTSolicitation (Updated)
- Jul 24, 2024 01:36 pm EDTSolicitation (Updated)
- Jul 23, 2024 03:49 pm EDTSolicitation (Original)