Ohio Bids > Bid Detail

School Aged Children (School Age Center) CDC at WPAFB, OH

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159296064851488
Posted Date: Apr 26, 2023
Due Date: May 11, 2023
Solicitation No: W912QR23R0019
Source: https://sam.gov/opp/e5e55a2ae0...
Follow
School Aged Children (School Age Center) CDC at WPAFB, OH
Active
Contract Opportunity
Notice ID
W912QR23R0019
Related Notice
W912QR23R0019
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: Apr 26, 2023 03:54 pm EDT
  • Original Response Date: May 11, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 01, 2023
  • 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:
    Wright Patterson AFB , OH 45433
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0019 for Design/Build construction of a new Child Development Center, School Age Center, with school age care for children from 6 weeks to 12 years of age, which includes child-learning space, play space, sleeping space, administrative support area, kitchen area, exterior storage facility, playground and supporting infrastructure. Construction includes reinforced concrete foundations, concrete floor slab, structural steel frame and a standing seam metal roof. Exterior walls shall be a combination of face brick-precast and stone wainscots, lintels, headers, cornices, or accents to comply with Wright Patterson Air Force Base, Base Facility Standards. The project includes all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. CDCs are classified as Day-Care Occupancy when applying NFPA 101, Life Safety Code, and “I-4” when applying the International Building Code (IBC).



Construction will be approximately 42,000 SF Child Development Center combined with School Age Care with a playground configured accordingly to Unified Facilities Criteria 4-740-14. The large standard designed facility will be constructed using conventional construction methods and facilitate up to 304 dependent children along with infants 6 weeks through 5 years of age and school age children 5 to 12 years of age.



Contract duration is estimated at 988 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation.



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.



TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted)



CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204.



SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate factors such as (not necessarily in order): Past Performance and Management Plan. Pro Forma Information, such as bonding and financial capability, will also be required to meet the minimum requirements of the solicitation.



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 invited 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 factors such as (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.



All evaluation factors, other than cost or price, are considered approximately equal to cost or price.



DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.



ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 11 May 2023. Details regarding the Optional Site Visit will be included in the solicitation (for Phase II). 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 Federal Business Opportunities website, 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 Federal Business Opportunities 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 the Contract Specialist, Renee Booth at Meranda.R.Booth@usace.army.mil.



This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.


Attachments/Links
No attachments or links have been added to this opportunity.
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

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 >