Description
Bluegrass Army Depot Small Arms Ammunition Magazine The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) for the Construction of a Small Arms Ammunition Magazine at Bluegrass Army Depot (BGAD) located in Richmond, Kentucky. DESCRIPTION: This project is for the construction of a 180,000 SF Ammunition Storehouse for Small Arms Ammunition and a Munitions Surveillance Workshop and to accommodate required egress components. The facility includes loading docks, ramps, lightning protection system, fire protection and alarm systems, and cybersecurity measures, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include utilities (water, sewer, gas), electric service, site lighting, organizational parking, access roads, paving, sidewalks, storm drainage, information systems, and site improvements. Heating and air conditioning will be provided by a self-contained system. Comprehensive building and furnishings related to interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life span 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. Air Conditioning (Estimated 3.5 Tons). The Contract Duration is nine hundred twelve (912) calendar days from the 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. TYPE OF SET-ASIDE: Unresisted Procurement. SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using the 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 such factors (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 such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Business Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre…
Classification
Place of Performance
Contracting Office
Contacts