Search Contract Opportunities

PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina   5

ID: W912PM24R0003 • Type: Solicitation

Description

Posted: Oct. 23, 2024, 2:58 p.m. EDT
**Amendment 0009 issued to update option CLIN 0003 and remove CLIN 0004. Proposal due date and time has NOT been extended. ** **Amendment 0008 issued to update Sol. provisions and upload revised price breakout file. ** **Amendment 0007 issued to extend the due date, update PLA language and update SOW. Projnet is opened back up. ** **Amendment 0006 issued to extend the due date for proposal submission. ** **Amendment 0005 issued to clarify items based on inquiries received, update the price breakout and extend proposal due date. ** *Amendment 0004 issued to clarify items based on inquiries received and to add a price breakout for CLIN 0002. * *Amendment 0003 issued to clarify Solicitation Provisions based on inquiries received. * *Amendment 0002 issued to post the site visit attendance sheet* *Amendment 0001 issued to post the Justification and Approval document for HVAC Chillers. * See attached documents. The U.S. Army Corps of Engineers, Wilmington District, is soliciting for construction of Carbon Net Zero Barracks located at Smoke Bomb Hill, Fort Liberty, North Carolina. The project will consist of a standard design, Permanent Party (PP) Unaccompanied Housing (UH), Junior Enlisted and Junior Noncommissioned Officer (NCO) facility. The Army Standard Design, updated November of 2021, will be the basis of the design for interior features, to include floor plans for living areas (e.g. bedroom, bath and kitchen), dayrooms, fitness rooms, expanded vending areas as well as outdoor areas for sport, fitness and socialization. The facility will provide spaces for 146 Personnel (PN). Each dwelling unit will consist of sleeping rooms with walk-in closets, a bathroom with adjacent vanity rooms, a common kitchen and common living area. Common areas include a dayroom, entry lobby with visitors waiting area, Charge of Quarters (CQ) station, fitness room, vending area, laundry rooms, mechanical, electrical and communications spaces, an elevator, corridors, stairwells, janitor closet, storage, and a boot wash and TA-50 equipment cleaning area. Access for individuals with disabilities will be provided. Fire Life Safety (FLS) systems and Utility Control Systems (UMCS) will also be included. Supporting facilities include utilities, storm drainage, paving, walks, curbs and gutters, parking, landscaping and site improvements. This building is being designed as a Carbon Net Zero facility. The Net Zero goals for this project include passive energy conservation (reduction of heating and cooling demands), active energy conservation (optimized performance), full electrification of standard building operations, sustainable materials (using materials and products with low Global Warming Potential). The project will be designed to Net Zero greenhouse gas emissions. A Department of Defense (DoD) Net Zero emissions building is an efficient, all electric building that is designed and operated so scope 1 (direct emissions from owned or controlled sources) and scope 2 (indirect emissions from the generation of purchased energy) Green House Gas (GHG) emissions from all facility energy use equal zero on an annual basis, assuming it is able to be connected to on-site renewable energy or a regional grid that provides 100 percent Carbon-Free Electricity (CFE) on a net annual basis. The contract issued will be both a Firm Fixed Price (FFP) and Fixed-Price Incentive (FPI(S)) type using a one-time deviation for Integrated Design and Construction (IDaC) of the Fixed Priced Incentive (successive targets) clause. The base requirement to perform Pre-Construction Services will be FFP. The option to construction will be FPI(S) until exercised ? it will convert to FFP at that time. The North American Industry Classification System (NAICS) code is 236220 ? Commercial and Institutional Building Construction and the size standard is $45,000,000.00. The Magnitude of Construction of this project is between $50,000,000 and $100,000,000. Offerors shall submit an offer subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, General requirements for project labor agreements. Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government. This solicitation is UNRESTRICTED. It is the Governments intent to award a single contract using the IDaC delivery method. Any award made from the upcoming solicitation will be in accordance with the Best Value Tradeoff (BVTO) source selection process. Offerors must be registered in the System for Award Management (SAM) to be eligible for an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website athttp://www.sam.gov. After completing SAM, to download documents Contractors and their subcontractors must register at https://sam.gov/. To locate solicitation, Contractors can go to the https://sam.gov/ website and search for the solicitation number under Contract Opportunities. Contractors can register to be put on an interested vendors list that others can access through the https://sam.gov/ site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Mrs. Karri L. Mares, Contract Specialist at email karri.l.mares@usace.army.mil, or Contracting Officer, Mr. John T.C. Hill, email john.t.hill@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers Wilmington District, CESAW-CT-M,69 Darlington Ave Wilmington, North Carolina 28403-1343 United States
Posted: Oct. 17, 2024, 3:49 p.m. EDT
Posted: Oct. 7, 2024, 3:42 p.m. EDT
Posted: Sept. 24, 2024, 11:28 a.m. EDT
Posted: Sept. 10, 2024, 3:26 p.m. EDT
Posted: Aug. 22, 2024, 3:20 p.m. EDT
Posted: Aug. 8, 2024, 2:04 p.m. EDT
Posted: July 24, 2024, 9:44 a.m. EDT
Posted: July 23, 2024, 8:13 a.m. EDT
Posted: July 12, 2024, 12:36 p.m. EDT
Background
The U.S. Army Corps of Engineers, Wilmington District, is soliciting for construction of Carbon Net Zero Barracks located at Smoke Bomb Hill, Fort Liberty, North Carolina. The project will consist of a standard design, Permanent Party (PP) Unaccompanied Housing (UH), Junior Enlisted and Junior Noncommissioned Officer (NCO) facility. The facility will provide spaces for 146 Personnel (PN). This building is being designed as a Carbon Net Zero facility. The Net Zero goals for this project include passive energy conservation, active energy conservation, full electrification of standard building operations, sustainable materials, and the project will be designed to Net Zero greenhouse gas emissions.

Work Details
The project will consist of a standard design, Permanent Party (PP) Unaccompanied Housing (UH), Junior Enlisted and Junior Noncommissioned Officer (NCO) facility. The Army Standard Design, updated November of 2021, will be the basis of the design for interior features. Each dwelling unit will consist of sleeping rooms with walk-in closets, a bathroom with adjacent vanity rooms, a common kitchen and common living area. Common areas include a dayroom, entry lobby with visitors waiting area, Charge of Quarters (CQ) station, fitness room, vending area, laundry rooms, mechanical, electrical and communications spaces, an elevator, corridors, stairwells, janitor closet, storage, and a boot wash and TA-50 equipment cleaning area. Access for individuals with disabilities will be provided. Fire Life Safety (FLS) systems and Utility Control Systems (UMCS) will also be included. Supporting facilities include utilities, storm drainage, paving, walks, curbs and gutters, parking, landscaping and site improvements.

Period of Performance
The contract issued will be both a Firm Fixed Price (FFP) and Fixed-Price Incentive (FPI(S)) type using a one-time deviation for Integrated Design and Construction (IDaC) of the Fixed Priced Incentive clause. The base requirement to perform Pre-Construction Services will be FFP. The option to construction will be FPI(S) until exercised – it will convert to FFP at that time.

Place of Performance
The geographic location(s) the construction projects will be performed is at Smoke Bomb Hill in Fort Liberty, North Carolina.

Overview

Response Deadline
Oct. 24, 2024, 2:00 p.m. EDT (original: Sept. 12, 2024, 2:00 p.m. EDT) Past Due
Posted
July 12, 2024, 12:36 p.m. EDT (updated: Oct. 23, 2024, 2:58 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price; Fixed Price Award Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $100,000,000 (AI estimate)
On 7/12/24 USACE Wilmington District issued Solicitation W912PM24R0003 for PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina due 10/24/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1FC.
Primary Contact
Name
Karri Mares   Profile
Phone
(910) 251-4863

Secondary Contact

Name
John Hill   Profile
Phone
(910) 251-4451

Documents

Posted documents for Solicitation W912PM24R0003

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912PM24R0003

Award Notifications

Agency published notification of awards for Solicitation W912PM24R0003

Incumbent or Similar Awards

Contracts Similar to Solicitation W912PM24R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912PM24R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912PM24R0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT WILMINGTO
FPDS Organization Code
2100-W912PM
Source Organization Code
500039400
Last Updated
Jan. 1, 2025
Last Updated By
Karri.L.Mares@usace.army.mil
Archive Date
Dec. 31, 2024