6000 Area Mechanical Repair
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: Dec 07, 2022 10:37 am EST
- Original Response Date: Dec 22, 2022 12:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance:
Description
1. Action Code: This is a Pre-Solicitation notice.
2. Date: 7 December 2022
3. Contracting Office Address:
USACE CEST-CT-E
2488 E. 81st Street
Tulsa, Oklahoma 74137-4290
4. Classification Code: Y – Construction of Structures and Facilities
5. Subject Title: 6000 Mechanical Repair at Fort Sill, Oklahoma
6. Solicitation Number: W912BV23R0013
7. Contact(s) Points:
Name Shawn Brady Julie S. Hill
Phone 918-669-7670 918-669-7699
Email shawn.brady@usace.army.mil julie.s.hill@usace.army.mil
8. Important: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) later date.
9. Description: The RFP for this project is expected to be issued on or about end of December 2022. The Proposal due date is planned on or about, end of January 2023. The North American Industry Code Standard (NAICS) is 236220 - Other Heavy and Civil Engineering Construction– Definition: Commercial and Institutional Building Construction, and the size standard is $39,500,000.00. This acquisition will be a Competitive Best Value Trade-Off solicitation for a design-bid-build construction contract under FAR Part 15.
Project includes the design and replacement of all DX type Dedicated Outside Air Units (DOAUs) at Buildings 5955 and 6050 as well as incorporate the new units into the chilled water plant loop at Fort Sill, OK. Each building is a three (3) story facility, approx. 230,000 square feet in size, with penthouses around the perimeter. The facilities are constructed of concrete with a brick veneer.
Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1- 200-02. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01, which will include updates to the HVAC system and windows as required. In accordance with the 50% Seismic Rule, the project will follow the guidelines for seismic evaluation and any required compliance measures found in Unified Facilities Criteria 3-301-01 and National Institute of Standards and Technology Grant/Contract Report 11-917-12 - Interagency Committee on Seismic Safety in Construction Recommended Practice
10. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed at Fort Sill, Oklahoma
11. Set Aside Status: This is a Small Business Set-Aside.
12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.beta.sam.gov when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS’ RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement.
13. Period of Performance (POP): The POP is estimated for 1050 days after the Notice to Proceed.
14. In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $5,00,000 and $10,000,000.
15. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 2488 E 81ST STREET
- TULSA , OK 74137-4290
- USA
Primary Point of Contact
- Shawn Brady
- shawn.g.brady@usace.army.mil
Secondary Point of Contact
- Julie S. Hill
- julie.s.hill@usace.army.mil
History
- Jan 06, 2023 11:58 pm ESTPresolicitation (Original)