Description
DESCRIPTION : The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR26RA047, Design / Build Maintenance and Repair Army Reserves (MRAR) design and repair of the General Stilwell Memorial U.S. Army Reserve Center (ARC) Training Building 1520, located in Fort Sam Houston (Joint Base San Antonio), Texas. This project will eliminate identified deficiencies; extend the economic life of the facility by 25 years. Building components and systems to be repaired include the roofing, heating, ventilation, and air conditioning (HVAC); electrical distribution; water distribution and fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior and exterior finishes. The Contract Duration is estimated at 802 calendar days from Contract Notice to Proceed (NTP). 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. This award is Subject to the Availability of Funds (SAF). TYPE OF SET-ASIDE : This acquisition will be a Full and Open procurement. A small business sub-contracting plan will be required prior to award. SELECTION PROCESS : This is a two-phase Design/Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government. As will be described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. 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, a target of five (5) of the most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested 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 such factors as: Design Narrative, Management Plan, Schedule Narrative, and Price. The Standard Form (SF) 1442 will also be required. ( NOTE: The evaluation factors for Phase II are subject to change with the Phase II amendment.) DISCUSSIONS : The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the…
Classification
Place of Performance
Contracting Office
Contacts