Search Contract Opportunities

W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania   2

ID: W912QR24R0031 • Type: Solicitation

Description

Posted: Oct. 18, 2024, 9:46 a.m. EDT

DESCRIPTION: Request for Proposal (RFP) Solicitation number W912QR24R0031 is issued for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) located in Wilkes-Barre, Pennsylvania. This Unrestricted (Full and Open), Design/Bid/Build project for the construction of a 13,744 SF facility. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoDs Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Dispose/Demolish one (1) building at Wilkes-Barre, PA (10,857 Total SF).Period of Performance is estimated at 796 calendar days.

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 236220. The Business Size Standard is $45M.

TYPE OF SET-ASIDE: Unrestricted (Full and Open)

SELECTION PROCESS: This is a Single-Phase Procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offerors 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, Technical Factor(s) such as Management Plan, Small Business Participation Plan and Price. ProForma 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 discussions should it be deemed in the Governments best interest.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000.00 per FAR 36.204.

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 Offerors 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.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Ryan King at ryan.m.king2@usace.army.mil.

Posted: Oct. 17, 2024, 2:33 p.m. EDT
Posted: Oct. 7, 2024, 1:50 p.m. EDT
Posted: Oct. 2, 2024, 3:23 p.m. EDT
Posted: Sept. 30, 2024, 1:43 p.m. EDT
Posted: Sept. 3, 2024, 5:01 p.m. EDT
Posted: Sept. 3, 2024, 3:47 p.m. EDT
Posted: Aug. 22, 2024, 9:46 a.m. EDT
Posted: Aug. 21, 2024, 2:04 p.m. EDT
Background
The U.S. Army Corps of Engineers is issuing Request for Proposal (RFP) Solicitation number W912QR24R0031 for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) located in Wilkes-Barre, Pennsylvania.

The goal of this contract is to construct a 13,744 square foot facility that meets the Department of Defense's Unified Facilities Criteria, ensuring a minimum lifespan of 40 years and incorporating sustainability and energy efficiency measures.

Work Details
The construction tasks include:
- Building permanent structures with reinforced concrete foundations, concrete floor slabs, reinforced concrete or masonry walls, and low-slope or sloped roofs.
- Installation of Heating, Ventilation and Air Conditioning (HVAC) systems, plumbing, mechanical systems, security systems, and electrical systems.
- Supporting facilities will encompass land clearing, paving, concrete aprons, a vehicle wash rack/platform, a bi-level equipment loading ramp, fencing, general site improvements, and utility connections.
- Accessibility features for disabled individuals will be included.
- Antiterrorism/Force Protection (AT/FP) measures will be integrated into the design to ensure safety from external threats.
- The project also involves the disposal/demolition of one existing building at Wilkes-Barre, PA totaling 10,857 square feet.

Period of Performance
The estimated period of performance for this contract is 796 calendar days.

Place of Performance
The construction projects will be performed in Wilkes-Barre, Pennsylvania.

Overview

Response Deadline
Oct. 22, 2024, 2:00 p.m. EDT (original: Oct. 21, 2024, 2:00 p.m. EDT) Past Due
Posted
Aug. 21, 2024, 2:04 p.m. EDT (updated: Oct. 18, 2024, 9:46 a.m. EDT)
Set Aside
None
Place of Performance
Wilkes Barre, PA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$10,000,000 - $25,000,000 (AI estimate)
On 8/21/24 USACE Louisville District issued Solicitation W912QR24R0031 for W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania due 10/22/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Ryan King   Profile
Phone
(502) 315-6348

Additional Contacts in Documents

Title Name Email Phone
None None Profile brian.walton@usace.army.mil None

Documents

Posted documents for Solicitation W912QR24R0031

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR24R0031

Incumbent or Similar Awards

Contracts Similar to Solicitation W912QR24R0031

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR24R0031

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR24R0031

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
Oct. 18, 2024
Last Updated By
ryan.m.king2@usace.army.mil
Archive Date
Oct. 2, 2025