Ft. Knox Child Development Center (CDC)

Agency: DEPT OF DEFENSE
State: Kentucky
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 25, 2024
Due: May 10, 2024
Solicitation No: W912QR24R0026
Publication URL: To access bid details, please log in.
Follow
Ft. Knox Child Development Center (CDC)
Active
Contract Opportunity
Notice ID
W912QR24R0026
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 10:23 am EDT
  • Original Response Date: May 10, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
  • Place of Performance:
    Fort Knox , KY 40121
    USA
Description



DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a (Single Phase Source Selection Evaluation Board) for construction of a Child Development Center at Fort Knox, KY. Demolish an existing pre-school and construct a standard design child development center for 338 pre-school children. To include Playground with age-appropriate child development equipment, safety surfacing and fencing; Cybersecurity, Sustainability and Energy and Anti-terrorism Measures; Building Information Systems, Energy Monitoring Control Systems (EMCS) connection, Intrusion Detection System (IDS) installation, Closed Circuit Television (CCTV) and intercom system installation, Access control and public address system, Fire protection and alarm systems. Supporting facilities include site development, utilities, and connections (gas, electric, water and wastewater), lighting, paving, parking, walks, storm drainage, information systems, landscaping, and signage. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards. Comprehensive building and furnishings related interior design services are required. Access for Individuals with disabilities 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.





Contract duration is estimated at 912 calendar days.





A Pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00 21 00 of the solicitation.





CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204.



SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process.





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.



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 Commercial and Institutional Building Construction.





TYPE OF SET-ASIDE: This acquisition will be advertised as Full and Open.





ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about mid May 2024. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov.





SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management (SAM) database at http://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 are required to register at the SAM website at http://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.





REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://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 Brandon Gatz brandon.h.gatz@usace.army.mil





This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.




Attachments/Links
Contact Information
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
  • Apr 25, 2024 10:23 am EDTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Days Left Action Open 24-40001 CONTRACTOR PREQUALIFICATION APPLICATION

Louisville Water Company

Bid Due: 12/31/2024

solicitation doc dept/buyer/category/solicitation type dates status Hearing Officer Services for KY Public Pensions

State Government of Kentucky

Bid Due: 6/30/2024

Status Ref# Project Close Date Dayes Left Action Open 22-40002 CATEGORY UPGRADE PREQUALIFICATION

Louisville Water Company

Bid Due: 12/31/2024

Description Department/Buyer Solicitation Number / Type / Category Closing Date and Time/Status Excess

State Government of Kentucky

Bid Due: 5/13/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.