W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
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: Sep 03, 2024 03:47 pm EDT
- Original Published Date: Aug 21, 2024 02:04 pm EDT
- Updated Date Offers Due: Oct 18, 2024 02:00 pm EDT
- Original Date Offers Due: Oct 21, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Nov 02, 2024
- Original Inactive Date: Aug 21, 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: Wilkes Barre , PAUSA
Description
DESCRIPTION: Request for Proposal (RFP) Solicitation number W912QR24R0031 is issued for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) located in Wilkes-Barre, Pennsylvania. This Unrestricted (Full and Open), Design/Bid/Build project for the construction of a 13,744 SF facility. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoDs Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Dispose/Demolish one (1) building at Wilkes-Barre, PA (10,857 Total SF).
Period of Performance is estimated at 796 calendar days.
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 236220. The Business Size Standard is $45M.
TYPE OF SET-ASIDE: Unrestricted (Full and Open)
SELECTION PROCESS: This is a Single-Phase Procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offerors 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, Small Business Participation Plan and Price. 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 price.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Governments best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000.00 per FAR 36.204.
SOLICITATION WEBSITES: The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.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/offerors are required to register at the SAM website at https://www.sam.gov. From SAM.gov, all relevant files can be downloaded by go to the Attachment/Links section. Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the Attachments section for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check both websites periodically for any amendments to the solicitation.
REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at https://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, Ryan King at ryan.m.king2@usace.army.mil.
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
- Ryan King
- ryan.m.king2@usace.army.mil
Secondary Point of Contact
History
- Oct 18, 2024 09:46 am EDTSolicitation (Updated)
- Oct 17, 2024 02:33 pm EDTSolicitation (Updated)
- Oct 17, 2024 02:30 pm EDTSolicitation (Updated)
- Oct 07, 2024 01:50 pm EDTSolicitation (Updated)
- Oct 02, 2024 03:23 pm EDTSolicitation (Updated)
- Sep 30, 2024 01:43 pm EDTSolicitation (Updated)
- Sep 03, 2024 05:01 pm EDTSolicitation (Updated)
- Sep 03, 2024 03:47 pm EDTSolicitation (Updated)
- Aug 22, 2024 09:46 am EDTSolicitation (Updated)
- Aug 21, 2024 02:04 pm EDTSolicitation (Original)