Kentucky Bids > Bid Detail

Demolition of Wassom Middle School, Fort Campbell, KY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159728854985532
Posted Date: Jul 6, 2023
Due Date: Jul 21, 2023
Solicitation No: W912QR23WMSFTCampbell
Source: https://sam.gov/opp/afd64531b5...
Follow
Demolition of Wassom Middle School, Fort Campbell, KY
Active
Contract Opportunity
Notice ID
W912QR23WMSFTCampbell
Related Notice
W912QR-23-WMS-FTCAMPBELL
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 06, 2023 02:38 pm EDT
  • Original Response Date: Jul 21, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Fort Campbell , KY
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) for the Demolition of Wassom Middle School (77,819SF - Buildings 175 and 176) with a contract option to demolish Jackson Elementary School (81,311SF - Buildings 710, 711, and 712). Work includes termination and capping of utilities, abatement as necessary, demolition of facilities, removal/proper disposal of debris, site restoration, and relocation of existing telecommunications system in the Jackson Elementary School Building.



Base Contract duration is estimated at 365 calendar days from Contract Award. Base Contract plus option duration is estimated at 575 calendar days from Contract Award. A pre-bid site visit may be held. Meeting and site visit details will be provided in the solicitation.

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238910 – Site Preparation Contractors.

TYPE OF SET-ASIDE: This acquisition will be advertised as 100% Small Business set-aside.





SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted.





CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 21 July 2023. 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://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT.





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.





SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://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 Contracting Opportunities website at http://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://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 Amy Haupt, Contract Specialist, at Amy.C.Haupt@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

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 >