Ohio Bids > Bid Detail

Renovation of WPAFB Air Force Materiel Command Headquarters; Phase 1

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159349755686727
Posted Date: Jan 5, 2023
Due Date: Jan 19, 2023
Solicitation No: W912QR22R0028
Source: https://sam.gov/opp/29779a14ea...
Follow
Renovation of WPAFB Air Force Materiel Command Headquarters; Phase 1
Active
Contract Opportunity
Notice ID
W912QR22R0028
Related Notice
W912QR22R0028
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 05, 2023 05:11 pm EST
  • Original Published Date: Nov 10, 2022 05:40 pm EST
  • Updated Date Offers Due: Jan 19, 2023 04:00 pm EST
  • Original Date Offers Due: Jan 03, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 03, 2023
  • Original Inactive Date: Jan 18, 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:
    Wright Patterson AFB , OH
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR22R0028 for a fully designed building renovation. This project is for the completion of Phase 1 which is the first of three planned phases to renovate the Air Force Materiel Command Headquarters Building 10262 at Wright-Patterson Air Force Base, OH.



Phase 1 renovation includes the repair, renovation, and modernization of over 60,000 square feet. The project work will include removal of existing interior partitions, furnishings, floor coverings, hazardous materials, ceilings, HVAC Systems, plumbing systems, fire alarm system, fire suppression system, lighting systems, electrical power system, telecommunications systems, back-up power generator. The repair and renovation work include replacement of the HVAC System, plumbing systems, electrical power system, back-up power generators and associated switchgear, telecommunication system, central energy plant, lighting, fire alarm system, fire suppression system, and all interior finish systems. Improvements to the existing thermal wall envelope includes new windows, doors, and thermal insulation in walls. Exterior fenestrations shall be repaired in their entirety. Supporting facilities include electrical power, water, sanitary, and gas services with connections, paving, walks, and site improvements. Also included in the exterior improvements will be waterproofing for the entire building perimeter. Access for individuals with disabilities will be provided.





The Contract Duration is estimated at one thousand ninety five (1,095) 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. The Business Size Standard 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 - Prime Contractor Past Performance, Volume II – 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 $100,000,000 and $250,000,000 in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10 November 2022. 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 https://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 website, https://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 System for Award Management website at https://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 https://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, Blake Gevedon, at william.b.gevedon@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

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 >