Ft. Leavenworth Harney Gym Renovations
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: Presolicitation (Updated)
- Updated Published Date: Jun 02, 2023 12:30 pm CDT
- Original Published Date: May 17, 2023 04:33 pm CDT
- Updated Response Date: Jun 08, 2023 02:00 pm CDT
- Original Response Date: May 31, 2023 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jun 23, 2023
- Original Inactive Date:
- 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: Fort Leavenworth , KS 66027USA
Description
Synopsis
This posted announcement is a Pre-Solicitation Synopsis of a proposed contract action in accordance with FAR Subpart 5.207.
The Mission Installation Contracting Command - Fort Leavenworth intends to issue an Invitation for Bid (IFB) for a Requirements type contract for the acquisition of roofing services supporting Sustainment, Restoration, and Maintenance (SRM) at Fort Leavenworth, Kansas.
Architectural work will reconfigure some walls, block off a rear entrance to the locker rooms and expand the existing office. The new locker rooms will have all new lockers (HDPE), benches and toilet partitions. All new finishes will include 1,600 SF wall tile in the locker rooms and approximately 3,200 SF of epoxy quartz flooring and shower walls in the locker rooms and pool corridor and 1,000 SF of LVT in the lobby and office. New doors on hold-opens, a fire-rated window and expanded observation windows into the pool will be added. A new all-cedar Sauna will be built in the existing ABA toilet location and the ABA toilet will be relocated to an adjacent former Storage Room. The lobby will have a new 25-long L-shaped desk with internal lighting, solid surface tops and related millwork around and the adjacent office will be expanded.
Plumbing will include replacement of about 140 feet of under-slab waste line to the manhole just outside the entry, along with above-slab waste line replacements behind toilet and lavatory fixtures. All plumbing fixtures to be replaced including shower controls and heads, floor drains, toilets, urinals and lavatories. Some floor drains will be relocated, and clean-outs added, along with the addition of a new janitor’s sink directly above the ABA toilet in a 2nd Floor storage room.
Mechanical work to include modified and upgraded ventilation, new diffusers and grilles, and two new in-line duct branch heating coils.
Electrical work to include all new lobby lighting in new lay-in ceilings, as well as office and corridor lighting. Lighting will be reused along with patched ceilings the locker rooms. New lighting controls will be installed throughout along with some new data and power outlets.
The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. The size standard is $45 million average annual revenue for the previous five years. This requirement will be a Total Small Business set-aside procured utilizing Sealed Bidding Procedures specified in FAR Part 14. The government anticipates an award will be made to a responsible bidder whose bid, conforming to the invitation for bids; will be most advantageous to the Government, considering only price and the price related factors included in the invitation. This anticipated contract will be Firm Fixed Price.
Be reminded that interested offerors must be registered in SAM as requirement for competition. To register go to: https://www.gov. You will need your Unique Entity ID (UEI) number register. Instructions for registering are on the web page. The solicitation and associated information will be available from SAM.Gov . All inquiries to this Pre-Solicitation Synopsis posting must be in writing, preferable via email to the attention of Mr. Felipe D. Zaragoza at: usarmy.leavenworth.accmicc.mbx.construction@army.mil or felipe.d.zaragoza.civ@army.mil . Attachments to this Pre-Solicitation Synopsis includes the draft Invitation for Bid (IFB) and applicable attachments also considered a draft version.
Attachments/Links
Contact Information
Contracting Office Address
- 535 KEARNY AVENUE BLDG 338
- FORT LEAVENWORTH , KS 66027-0000
- USA
Primary Point of Contact
- Felipe D. Zaragoza
- felipe.d.zaragoza.civ@army.mil
- Phone Number 9136841625
Secondary Point of Contact
- Robert M. Parvin
- robert.m.parvin.civ@army.mil
- Phone Number 9136841624
- Fax Number 9136841610
History
- Jul 06, 2023 12:20 pm CDTPresolicitation (Updated)
- Jul 06, 2023 12:20 pm CDTPresolicitation (Updated)
- Jul 03, 2023 05:26 pm CDTPresolicitation (Updated)
- Jul 03, 2023 12:12 pm CDTPresolicitation (Updated)
- Jun 22, 2023 03:50 pm CDTPresolicitation (Updated)
- Jun 14, 2023 06:25 am CDTPresolicitation (Updated)
- Jun 02, 2023 12:30 pm CDTPresolicitation (Updated)
- May 17, 2023 04:33 pm CDTPresolicitation (Original)