California Bids > Bid Detail

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

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159509325828178
Posted Date: Mar 25, 2024
Due Date: Apr 24, 2024
Solicitation No: W912QR24R0015
Source: https://sam.gov/opp/b1fc848b6e...
Follow
Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS)
Active
Contract Opportunity
Notice ID
W912QR24R0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 25, 2024 11:58 am EDT
  • Original Published Date: Feb 27, 2024 02:04 pm EST
  • Updated Date Offers Due: Apr 24, 2024 03:00 pm EDT
  • Original Date Offers Due: Apr 24, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 01, 2024
  • Original Inactive Date: Feb 26, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Camp Pendleton , CA 92055
    USA
Description View Changes

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.





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.





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.







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







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







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."




Attachments/Links
Contact Information View Changes
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 >