United States - Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 April 2024
Opportunity publication date
20 April 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes *****PROPOSAL / OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****

*****Amendment 0003 is anticipated to be posted to SAM.gov on or about Monday, 22 April 2024.  This amendment will include extension of the due date and time for the submission of proposals to no later than (NLT) 30 April 2024 at 4:00 p.m. Eastern Daylight Time (EDT).*****

Request for Proposal (RFP), Solicitation No. W912QR24R0015 is issued for the Design-Bid-Build construction of a collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) located on Camp Pendleton, CA for the U.S. Army Reserves.  This project is a Design/Bid/Build project to Construct a 15,000 Square Feet (SF) collocated AMSA and VMS.  Supporting facilities include land clearing, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections.  Accessibility for the disabled 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. Dispose/Demolish four (4) buildings at Camp Pendleton, CA (6,774 Total SF).  Air Conditioning (Estimated 25 Tons).

The Contract Duration is 900 calendar days from Contract Award Notice to Proceed.

Funds are not presently available for this acquisition.  No contract award will be made until appropriated funds are made available.

TYPE OF CONTRACT AND NAICS:  This RFP is 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:  Total Small Business SET-ASIDE procurement.

SELECTION PROCESS:  This is a single-phase 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:  Prime Contractor Past Performance, Management Approach (Management Plan, Schedule Narrative, Commissioning Plan), and Price.  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 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 $10,000,000 and $25,000,000, in accordance with DFARS 236.204.  The target ceiling for this contract is approximately $15,000,000.  Offerors are under no obligation to approach this ceiling.

*****This posting was updated to attach the Sign-In Sheet for the Site Visit held on 20 March 2024.*****

*****Amendment 0001 was issued on 25 March 2024*****

*****Amendment 0002 was issued on 11 April 2024*****

*****Amendment 0003 is anticipated posted to SAM.gov on or about Monday, 22 April 2024.  This amendment will include extension of the proposal due date and time to 30 April 2024 at 4:00 p.m. Eastern Daylight Time (EDT).*****

SOLICITATION WEBSITES:  The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://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/offerors are required to register at the SAM website at https://www.sam.gov.  From SAM.gov, all relevant files can be downloaded by go to the "Attachment/Links" section.   Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the "Attachments" section for electronic downloading.  This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check both websites periodically for any amendments to the solicitation.

REGISTRATIONS:  Offerors shall have and shall maintain an active registration in the SAM database at https://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. 

PARTNERING WITH US:   https://www.usace.army.mil/Business-With-Us/Partnering/
Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/   and then clicking on: "View FFP Contract Changes Playbook Here."
 

*****PROPOSAL / OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****

Opportunity closing date
30 April 2024
Value of contract
to be confirmed

About the buyer

Address
W072 ENDIST LOUISVILLE UNITED STATES
Contact
bonny.c.dylewski@usace.army.mil

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?