Design-Build Maintenance and Repair Army Reserves (MRAR) Fort Snelling B505
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: Jun 17, 2024 03:41 pm EDT
- Original Published Date: Mar 18, 2024 12:54 pm EDT
- Updated Date Offers Due: Jul 19, 2024 05:00 pm EDT
- Original Date Offers Due: Apr 17, 2024 04:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Oct 15, 2024
- Original Inactive Date: Oct 15, 2024
- 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 Snelling , MN 55111USA
Description
*****AMENDMENT 0002 FOR PHASE II ISSUED TO SELECTED OFFERORS*****
Request for Proposal (RFP), Solicitation No. W912QR24R0021 for the repair of a failing, 600-member Army Reserve Center (ARC) building at Fort Snelling, MN. Building 505 is a 63,115 SF facility that was constructed in 1979 and is used as an Army Reserve Center (ARC) Training Building. This project will repair failing facility components, extend the economic life of the facility by 25 years, and provide a modern training building that enables readiness for the Army Reserve unit stationed there. Building components and systems to be repaired include the heating, ventilation, and air conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. This project contains options.
The Contract Duration is estimated at 900 calendar days from Contract Notice to Proceed.
Estimated Construction Cost is between $25,000,000 and $100,000,000 in accordance with DFARS 236.204.
This project is subject to availability of funds; funds are not presently available. No award will be made under this solicitation until funds are available.
TYPE OF CONTRACT AND NAICS: This RFP is 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 an Unrestricted (Full and Open) Procurement
SELECTION PROCESS: This is a two-phase Design-Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government.
As described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. The Standard Form 1442 will also be required.
Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors as: Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, Project Labor Agreement (PLA) and Price. The Standard Form 1442 and (for Large Businesses) a Subcontracting Plan will also be required.
All evaluation factors, other than cost or price, when combined are considered approximately equal to cost or price.
DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.
*****Amendment 0001 was issued on 08 April 2024.*****
*****Amendment 0002 for Phase II is issued on 17 June 2024. Only selected offerors invited by the Government to participate in Phase II are eligible to participate and submit an offer.*****
*****OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****
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
- Bonny Dylewski
- bonny.c.dylewski@usace.army.mil
Secondary Point of Contact
History
- Oct 15, 2024 11:55 pm EDTSolicitation (Updated)
- Jul 16, 2024 10:43 am EDTSolicitation (Updated)
- Jul 08, 2024 11:40 am EDTSolicitation (Updated)
- Jul 08, 2024 11:28 am EDTSolicitation (Updated)
- Jun 17, 2024 03:41 pm EDTSolicitation (Updated)
- Jun 17, 2024 03:03 pm EDTSolicitation (Updated)
- Apr 15, 2024 02:01 pm EDTSolicitation (Updated)
- Apr 08, 2024 03:34 pm EDTSolicitation (Updated)
- Apr 08, 2024 01:39 pm EDTSolicitation (Updated)
- Mar 18, 2024 02:46 pm EDTSolicitation (Updated)
- Mar 18, 2024 02:44 pm EDTSolicitation (Updated)
- Mar 18, 2024 12:54 pm EDTSolicitation (Original)