Description
Request for Proposal (RFP), Solicitation No. W912QR26RA035 is issued for the Design-Build of the Maintenance Support Activity (AMSA) and Equipment Concentration Site (ECS) in Arden Hills, MN. The U.S. Army Corps of Engineers, Louisville District, has a requirement from the Army Reserve to provide for Design and Construction repairing a failing 31,658 SF AMSA/ECS vehicle maintenance facility. Building components and systems to be repaired include Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project includes retrofit installation of a new 10T crane with 20' hook height and raising overall building roof to accommodate new crane hook height. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. The contract duration is estimated at 999 calendar days. This project is subject to availability of funds (SAF); funds are not presently available. No award will be made under this solicitation until funds are 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: This acquisition is an Unrestricted (Full and Open) Procurement. SELECTION PROCESS: This is a two-phase Design/Build procurement. The proposals will be evaluated using the Best-Value Tradeoff (BVTO) 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 the information described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and Consideration by the Government. As 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 Price 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, Small Business Participation Plan, and Price. The Standard Form (SF) 1442 and a Subcontracting Plan (Large Business Offerors Only) will also be requir…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)