SOURCES SOUGHT
Y -- Firm-fixed price design-build construction contract for the 7th Army Command and Control Facility, including a Consolidated Operations Intelligence Center at Wiesbaden Army Airfield, Germany
- Notice Date
- 6/10/2008
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-08-R-0034
- Response Due
- 6/24/2008
- Archive Date
- 8/23/2008
- Point of Contact
- Elaine Gray-Frasure, 611-816-2429
- Small Business Set-Aside
- N/A
- Description
- a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal(RFP)and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Europe District anticipates the issuance of a Request for Proposal and the award of a firm-fixed price Design-Build construction contract for the 7th Army Command and Control Facility, including a Consolidated Operations Intelligence Center (COIC) at Wiesbaden Army Airfield (WAAF), Germany. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have design-build capabilities to compete and perform a contract of this magnitude, and to address any questions, recommendations, or concerns from Industry. c. Description of Project: Base Work: Design and Construct the 7th Army Command and Control Facility (285,870 SF), including a Consolidated Operations Intelligence Center (COIC) (10,075 SF) at WAAF, Germany. Project will include a reach-back operations center, command group center, sensitive compartmented information facility (SCIF), administration and control, conference rooms, storage, and personnel support functions. Air Conditioning (Estimated 300 Tons). Supporting facilities include water, sanitary and storm sewer, electric, gas, walkways, heat distribution lines, paving, storm drainage, anti-terrorism measures, site improvements and information systems. Anti-terrorism measures include resistance to progressive collapse, blast resistant exterior doors and windows, exterior video and security lighting system, protective landscaping, and barrier protection. Access for individuals with disabilities will be provided in public areas. Provide connection to the Energy Monitoring Control Systems (EMCS), installation of an Intrusion Detection Systems (Ids) and Anti-terrorism measures including exterior video and security lighting. The Combat Operations Intelligence Center (COIC) shall contain a 130 seat operations floor with a separate war room and conference rooms above. Demolish 1 Building (7,311 Total SF) at Waaf. Option Work: 800 space POV in accordance with American standards, parking garage and a standby generator. d. Security Requirements: This project will include the design and construction of a scif operations center that will process classified (top secret level) communications for use by the Theater Army Commander. The entire building will require certification for Open Storage Secret processing of classified documents. In order to receive accreditation, the following special procedures must be followed during construction. (1) Clearance Requirements for Construction of scif: The requirement is for US personnel to build and install the concrete foundation and walls; plumbing, electrical, and communications infrastructure; fire detection and suppression systems; and HVAC systems. (2) Certification Requirements: Certification requirements for firms that are authorized to install equipment and Scif infrastructure shall have cleared personnel and have their own security office to mange the clearances. (3) Access Control Requirements: A project site pass system shall be implemented and utilized by all construction personnel and visitors. The construction site access control process is required, and must include an effective screening and searching procedures for the ingress and egress of the SCIF construction area. Signage must be displayed prohibiting items that can not enter the SCIF construction area (cameras, firearms, etc). Barriers shall be erected to deny unauthorized access to the SCIF construction area. (4). Control of SCIF Material: All material procured locally for construction or renovations may be subject to inspection by government personnel. After material is procured and inspection is completed the material must be stored in the SCIF construction area or a secured storage area must be used.) e. Magnitude of Project: The magnitude for this project is more than $10,000,000. (It is anticipated that this project will be incrementally funded.) f. Performance Period: Duration of design and construction is 960 calendar days from Notice to Proceed or Award date. g. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor must have the capability to perform at least 20% of the contract work with his/her own employees. h. Award will be based on overall Best Value to the Government using the Trade-off process. i. Anticipated solicitation issuance date is 4th Quarter Fiscal Year 08, which shall include a 25% design. The estimated proposal due date for technical proposals will also be in 4th Quarter Fiscal Year 08. The final 35% design will be issued as an amendment to the solicitation in 1st Quarter Fiscal Year 09. The estimated proposal due date for price proposals is 1st Quarter Fiscal Year 09. (NOTE: Technical proposals will be due prior to issuance of the 35% final design. No revisions of technical proposal will be allowed unless the Source Selection Authority (SSA) establishes a Competitive Range). j. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 15 July 2008. k. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation) "Offerors name, addresses, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet design personnel requirements. "Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design and construction, comparable work performed within the past 6 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors Joint Venture information if applicable existing and potential. "Offerors Bonding Capability (construction bonding level per contract expressed in dollars). Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (CET) 24June 2008. All interested contractors must be registered in CCR to be eligible for award of Government contracts. FAX or email responses to: Ms. Elaine Gray-Frasure, Contract Specialist, CENAU-CT, Europe District, FAX No. (611) 9744-2618, Email address: elaine.s.gray@usace.army.mil. Email is the preferred method when receiving responses to this synopsis.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7d034e6c2de1d024026478239a9572b&tab=core&_cview=1)
- Place of Performance
- Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN01590917-W 20080612/080610222804-e7d034e6c2de1d024026478239a9572b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |