Skip to main content

An official website of the United States government

You have 2 new alerts

Construction renovation Building 10 at Defense Supply Center (DSCC) Columbus, OH

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: Presolicitation (Original)
  • Original Published Date: Jan 24, 2024 02:13 pm EST
  • Original Response Date: Feb 07, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Columbus , OH 43213
    USA

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR24B0004 for the design/bid/build construction renovation space in Building 10 at Defense Supply Center Columbus (DSCC) Columbus, OH to meet requirements for the new 4MCD Headquarters. Requirements include the removal of existing interior walls to maximize available space, addition of 6 hard walled offices (HVAC, electrical, and carpentry work), addition of a training/classroom space, remodeling and expansion of existing men's and women's restrooms to include showers and locker room space. Addition of cage walls to section off required warehouse space. Site work to include demolition of existing interior walls and restrooms. Overall renovation space approximately 21,000 square feet (sqft.)

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) Construction contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This is a Small Business set-aside procurement.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about March 2024.  Details regarding an Optional Site Visit will be included in the solicitation if one is determined to be provided. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov/.


SELECTION PROCESS: This is a sealed bid procurement under FAR Part 14.  The bids will be evaluated based on the lowest priced complete offer submitted.

DISCUSSIONS: The Government intends to award without discussions.



SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https:// sam.gov/. 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 Contracting Opportunities website at http://sam.gov.  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 http://www.sam.gov 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, Brandon Gatz, at brandon.h.gatz@usace.army.mil. This announcement serves as the Advance Notice for this project.  Responses to this synopsis are not required. 

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA

Primary Point of Contact

Secondary Point of Contact





History