PN- 92754 - Brant Hall Repairs, Ft. Gordon Georgia
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: Aug 05, 2022 10:52 am EDT
- Original Published Date: Jul 05, 2022 01:38 pm EDT
- Updated Response Date: Jul 20, 2022 05:00 pm EDT
- Original Response Date: Jul 30, 2022 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1CZ - CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Fort Gordon , GA 30905USA
Description
This Pre-solicitation Notice is for FY 22 PN- 92754 - Brant Hall Repairs, Ft. Gordon Georgia. This acquisition will be unrestricted, design-bid-build, an invitation for Bid, and will result in a Firm Fixed Price Contract Award.
Description/Scope:
The renovation of Brant Hall will take place within its existing footprint. Space planning standards will be used to govern the space allocation for the instructors, students, and circulation space. The U Wing will consist of 16 classroom and 13 Labs. The V1 wing will have 7 classrooms and 2 labs. The V2 wing will have 22 Classrooms and 3 labs. The classrooms and labs will be both 750SF and 1500SF and some will have removable dividers. The following systems are in need of repair to restore the building’s life span and bring the building in compliance with current code. These systems include Insulation, interior finishes, drop ceilings, EPDM roofing, plumbing, restroom fixture and finishes, HVAC duct and HVAC controls, electrical wiring, electrical service and distribution, fire detection and alarm systems, utility monitoring and control system, and building information systems. When determined to be more cost efficient, these scoped items shall be repaired by replacement. All Passive IT infrastructure shall be included in the scope of this project. When turned over to the client all classroom and lab workstations shall be ready to receive MUE and other project equipment. The project will provide the pathways and infrastructure to accommodate electronic security systems. The project shall improve vehicle access into the 2 outside training areas next to the facility. The project abates hazardous materials in compliance with the Current Army Regulations. These materials include asbestos containing materials as well as lead-based paint.
Period of Performance: 720 Calendar Days
In accordance with DFARS 236.204(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000.
Evaluation Criteria: The contract will be solicited and procured via FAR Part 14,Sealed Bidding Procedures.
Notes:
1. The Solicitation will be issued in electronic format only and is anticipated to be posted on or about 22-27 July 2022. Please note that the bid opening date will be specified in the Solicitation when issued. No additional media(CDROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at www.sam.gov which is now all inclusive for also registering in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors with an existing account should be able to use their existing logins to seach for the solicitation number once it is released here at www.sam.gov. It is the Offeror's responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored.
2. Due to the size and magnitude of this requirement, the Government will be soliciting as Full and Open. Any firm to who deems themselves qualified based on the description in the synopses will be allowed to submit a proposal.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
- SAVANNAH , GA 31401-3604
- USA
Primary Point of Contact
- Hector L. Sierra-Almedina
- hector.l.sierra-almedina@usace.army.mil
- Phone Number 9126525105
Secondary Point of Contact
- Tonja J. Dreke
- tonja.j.dreke@usace.army.mil
- Phone Number 9126526071
History
- Aug 05, 2022 11:55 pm EDTPresolicitation (Updated)
- Aug 04, 2022 11:55 pm EDTPresolicitation (Updated)
- Jul 05, 2022 01:38 pm EDTPresolicitation (Original)