Design/Bid/Build for the Construction to Renovate Materials Analysis Lab F/20071 located at Wright Patterson Air Force Base in Dayton, Ohio
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: Nov 27, 2024 10:09 am EST
- Original Published Date: Nov 15, 2024 02:55 pm EST
- Updated Date Offers Due: Dec 16, 2024 10:00 am EST
- Original Date Offers Due: Dec 16, 2024 12:00 pm EST
- Inactive Policy: Manual
- Updated Inactive Date: Nov 15, 2025
- Original Inactive Date: Nov 15, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Dayton , OHUSA
Description
***AMENDMENT 0003 - See attached document for Amendment 0003.
-------------------------------------------------------------------------
***AMENDMENT 0002 - See attached document for Amendment 0002. The proposal due date shall be 16 December 2024 at 10:00 AM Eastern Time.
-------------------------------------------------------------------------
***AMENDMENT 0001 has been completed. See attachments***
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue Request for Proposal (RFP) W912QR25R0015 to renovate 8,400 square feet across multiple laboratories in Facility 20071 to expand interior space, upgrade security, and modernize research space. The project includes construction of second floor areas in 1,2,6 & 7 STANDs. Existing machine shop equipment presently located in 2-STAND will be relocated to 7 STAND. Renovation of 6 & 7 STANDs includes removal/repair of concrete floors and installation of new vibration-isolated floors slabs in 7-STAND.
STAND = A research cell within a building and is the name used to differentiate between the respective labs/cells.
The mechanical support space located between 6 & 7 STANDs will be renovated to include the additional of new restrooms on the first floor and administrative space on the second floor. The second floor area will be extended to connect with the northern exterior wall. Upgrades to 6 & 7 STANDs includes installation of new HVAC and roof repairs.
Renovations also include upgrades to 1 & 2 STANDs and 6 & 7 STANDs as Special Access Program (SAP) areas in compliance with ICD 705 standards, including installation of Intrusion Detection Systems (IDS) and Access Control Systems (ACS).
To minimize the impact on operations, Building 71 will be renovated in two phases. Part 1 will include demolition and renovation of the 6 & 7 STANDs.and the 6-STAND administrative space shall be construction as a secure space with a single perimeter.
Part 2 will include demolition and renovation of 1 & 2 STANDs, the 1-STAND administrative space, the 2-STAND administrative space, and a new security office space in 3-STAND. These areas shall also be constructed as a secure space with a single SAP perimeter. The new SAP perimeter shall combine with the existing SAP perimeter, which includes 3 & 4 STANDs. Part 2 work may not begin until after Part 1 has been completed, turned over to the government, and the government has moved out of 1 & 2 STANDs.
The Contract Duration is estimated at eight hundred forty (840) calendar days from Contract Notice to Proceed. The actual Period of Performance will be identified in the solicitation.
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 100% total Small Business set-aside competitive procurement.
SELECTION PROCESS: The proposals will be evaluated using a Single-Phase Best Value Tradeoff source selection.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204. The target ceiling for contract award is $11,000,000 based on the funds made available for this project. The Government cannot guarantee that additional funds will be available for award. Offerors are under no obligation to approach this ceiling.
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
- Megan Murphy
- megan.r.murphy@usace.army.mil
Secondary Point of Contact
History
- Dec 10, 2024 03:54 pm ESTSolicitation (Updated)
- Dec 10, 2024 03:08 pm ESTSolicitation (Updated)
- Dec 04, 2024 02:20 pm ESTSolicitation (Updated)
- Dec 04, 2024 02:08 pm ESTSolicitation (Updated)
- Nov 27, 2024 10:09 am ESTSolicitation (Updated)
- Nov 25, 2024 03:11 pm ESTSolicitation (Updated)
- Nov 20, 2024 02:00 pm ESTSolicitation (Updated)
- Nov 20, 2024 01:53 pm ESTSolicitation (Updated)
- Nov 15, 2024 03:32 pm ESTSolicitation (Updated)
- Nov 15, 2024 02:55 pm ESTSolicitation (Original)