USARC Ops Building at Fort Buchanan, Puerto Rico
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: Jun 15, 2023 09:05 am EDT
- Original Response Date: Jun 30, 2023 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 15, 2023
- 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: Fort Buchanan , PRUSA
Description
DESCRIPTION: The proposed project is a design/bid/build project is for the construction of a 1400-member Army Reserve Center (ARC) Training Building in the vicinity of Fort Buchanan. Primary facilities include the construction of an ARC Training Building comprised of classrooms, assembly hall, arms vault, restrooms and unit storage areas for 27 Army Reserve units. 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. Facilities will be built to seismic and life safety code requirements. Supporting facilities include land clearing, paving, sidewalks, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection 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 DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 161 Tons)
Contract duration is estimated at 860 calendar days.
A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00 21 00 of the solicitation.
CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.
SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process.
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.
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 is 236220.
TYPE OF SET-ASIDE: This is a Full and Open procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about June 30, 2023. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management (SAM) database at http://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 are required to register at the SAM website at http://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://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 Brandon Gatz at Brandon.H.Gatz@usace.army.mil.
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
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
- Brandon Gatz
- brandon.h.gatz@usace.army.mil
Secondary Point of Contact
History
- Jul 15, 2023 11:55 pm EDTPresolicitation (Original)