Indiana Bids > Bid Detail

GARB Logistics Readiness Complex

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159967704656840
Posted Date: Oct 17, 2022
Due Date:
Solicitation No: W912QR23R0011
Source: https://sam.gov/opp/686b5288af...
Follow
GARB Logistics Readiness Complex
Active
Contract Opportunity
Notice ID
W912QR23R0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 17, 2022 02:23 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    IN
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR23R0011 for fully designed construction of a new Logistics Readiness Complex located at Grissom Air Reserve Base (GARB), IN.



Provide all labor, material, and equipment necessary to safely construct the Logistics Readiness Complex at Grissom Air Reserve Base on time and within budget. Scope of project calls for the construction of a new masonry facility for the LRS and all LRS operational and administrative components at Grissom Air Reserve Base. The complex shall include a heated only drive through corridor, HVAC controlled mobility bag storage space, offices, meeting rooms, office support spaces, parking, driveways, utility connections, and landscaping with vehicular access to the flight line. The total square footage of the one-story proposed structure is approximately 41,200 SF. The project also includes paved work areas in the vicinity of the proposed structure, access ways, fencing, security gates, and relocation of communication lines. Construction will include all work necessary to provide a complete and usable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01 and incorporate applicable aspects of AFRC Energy Policy.



The project is anticipated to contain the following options:




  1. Furniture, Fixtures, and Equipment

  2. ADD Marshalling Lot

  3. ADD Cargo Lot



The Contract Duration is expected to be between 850 and 900 calendar days from Notice to Proceed.





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 -Commercial and Institutional Building Construction. Size Limitation is $39.5M.

TYPE OF SET-ASIDE: This acquisition will be an UNRESTRICTED procurement.





SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I – Prime Contractor Past Performance, Factor II – Management Approach, and Factor III – Small Business Participation Plan. Volume II – Factor I – Price and Pro Forma 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 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.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204.





ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 NOV 2023. Additional details can be found in the solicitation when it is posted to 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 Contracting Opportunities website, 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 Federal Business Opportunities website at 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 Contract Specialist Levi Speth at Levi.R.Speth@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
Secondary Point of Contact


History
  • Oct 17, 2022 02:23 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >