Similar Projects
Address Pavement Condition of PCC Pavement on I-24 Both Direction(S)
Infrastructure
Conception
$6,500,000 CJ est. value
Hopkinsville, KY 42240

Address Pavement Condition of PCC Pavement on I-24 Both Direction(S)
Infrastructure
Conception
$6,500,000 CJ est. value
Hopkinsville, KY 42240

Microgrid Facility
New Construction
Design
$10,000,000 to $25,000,000 est. value
Fort Campbell, KY

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Ft. Campbell, KY. Dodea Cold Storage Facility
Build-Out
Post-Bid
$500,000 to $1,000,000 est. value
Fort Campbell, KY

FY22 USACE LRD Regional Construction Management Services Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
$200,000,000 to $300,000,000 est. value
Chicago, IL

Asphalt Resurfacing - (KY 624) (MP 0.000)
Infrastructure
Results
KY

Asphalt Resurfacing - Christian County (Us 41 and Ky 2455)
Infrastructure
Results
KY

Apex 1
New Construction, Infrastructure - 450,000 SF
Pending Verification
$310,000,000 CJ est. value
Hopkinsville, KY 42240

Address Pavement Condition of Edward T. Breathitt Pennyrile Parkway Both Direction(S)
Infrastructure
Conception
$1,750,000 CJ est. value
Hopkinsville, KY 42240

RFQ - Fort Campbell Multiple Award Task Order Contract (MATOC) Sources Sought Synopsis
Term Contract
Bidding
$398,000,000 CJ est. value
Fort Campbell, KY 42223

Fort Campbell Multiple Award Task Order Contract (MATOC)
New Construction
Post-Bid
$250,000 est. value
Fort Campbell, KY

Asphalt Resurfacing- Newstead Road (Ky 164) (Mp 0.000)
Infrastructure
Results
KY

Elevate Windows and Doors Build-Out
New Construction, Infrastructure - 100,000 SF
Conception
$16,000,000 CJ est. value
Hopkinsville, KY 42240

Last Updated 12/23/2022 02:02 AM
Project Title

SOF MOUT Site Expansion - Fort Campbell

Physical Address View project details and contacts
City, State (County) Fort Campbell, KY 42223   (Christian County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Military Facility, Paving/Reconstruction, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $2,998,719 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Nov 04, 2022 Contract Award Number: W912QR23C0003 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: D4VQMKB86C75 Contractor Awarded Name: HOWARD W. PENCE, INC. Contractor Awarded Address: Elizabethtown, KY 42701-8825 USA Base and All Options Value (Total Contract Value): $2998719.00 W912QR-22-F-0060 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) SOF MOUT Site Expansion located at Fort Campbell, Kentucky. This project Construct a Military Operations in Urban Terrain (MOUT) training site. Primary facilities include 5 reinforced CMU buildings/structures, and 3 geotextile reinforced Helicopter Landing Areas, reinforced CMU walls, and geotextile stabilization for 3 existing HLZs. Supporting facilities include new asphalt access road and associated storm drainage. System Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided as required. 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 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This will be a Full and Open Procurement. 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 $1,000,000 and $5,000,000 in accordance with FAR 36.204. 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 Kelsie Hall, Contract Specialist, at Kelsie.Hall@usace.army.mil PROJNET INSTRUCTIONS OFFEROR'S QUESTIONS AND COMMENTS Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into system. The Solicitation Number is: W912QR22B0009 The Bidder Inquiry Key is: YQ7UNI-R37CKD Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select Continue. A page will then open asking you to enter the answer to your SecretQuestion. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. W912QR22B0009_Specs-0000 W912QR22B0009 Page 7 of 53 NOTES: 1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation. 2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. 3. The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled ten (10) calendar days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the solicitation. ELECTRONIC SUBMISSION ELECTRONIC SUBMISSION INSTRUCTIONS BID OPENING All sealed bids must be delivered electronically. No hard copy bids will be accepted. Bid submission shall be emailed to Kelsie Hall at Kelsie.Hall@usace.army.mil by 01:00 PM ET on 13 September 2022. The bid opening will be conducted telephonically via the below conference call-in number. Bids must be received by the time specified in the solicitation, otherwise they will be deemed late and unacceptable. The bid opening teleconference will begin promptly thirty (30) minutes after the bid submission time. The conference call-in number is as follows: Conference Call-In Number: (844) 800-2712 Access Code: 2762 139 0239 The Contracting Officer with assistance from the assigned Contract Specialist will download all of the bid submissions and record all of the pertinent information prior to the conference call. The bid opening teleconference will begin promptly 30 minutes after the submission time and at that time the bid opening officer will 1) read the names of the submitting contractors and their bids, and 2) read the independent government estimate. Once the information has been disseminated, the call will come to an end. The bid abstract will be posted to the SAM.gov website by close of business of the day bids are opened. Immediately following the bid opening, and upon notice by the Contracting Officer, the apparent low offeror will be requested to mail in their original bid and original bid bonds, respectively. NOTE: Due to the potential of no Government Personnel being available to inspect the original bonds, the Contracting Officer may contact the bonding company to verify the information in the bond is accurate and complete. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

5,000 SF.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents