MODIFICATION
Y -- Utah Data Center - 10-R-0015
- Notice Date
- 1/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-10-R-0015
- Response Due
- 10/31/2010
- Archive Date
- 12/30/2010
- Point of Contact
- Carlen Capenos, Phone: 410-962-2587
- E-Mail Address
-
carlen.capenos@us.army.mil
(carlen.capenos@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed procurement is Unrestricted. NAICS Code: 236220, Size Standard is $33,500,000.00. This procurement is being advertised as a Two Phase Request for Proposal (RFP). The magnitude of construction is greater than $500,000,000. The completion period is expected to be approximately 600 calendar days from notice to proceed. The bonding requirements for this solicitation has been set at $750,000,000. The project consists of the design and construction of a Tier III, 65 MW technical data center, located on Camp Williams, Utah. Basic ancillary supporting design and construction services include, but are not limited to: providing basic utility infrastructure, electrical service (primary power and temporary construction power), water, sewer, and gas. The facility itself will consist of approximately 1M SF of facility, of which 100K SF will be mission critical data center space with raised flooring and 900K SF of technical support and administrative space. Anci llary supporting facilities include, but are not limited to: water treatment facilities (pre and post), vehicle inspection facility, interim visitor control center, perimeter site security measures, fuel storage, water storage, chiller plant, fire suppression systems and 100% electrical generator and UPS back up capacity. The schedule will be very aggressive. The project will be designed and constructed in accordance with the Uniform Federal Accessibility Standards (UFAS)/Americans with Disabilities Act (ADA) Accessibility Guidelines, and Antiterrorism Force Protection (ATFP) standards. Unified Facilities Criteria (UFC) to be an integral part of design consideration. The Government is proposing using a Two Phase Best Value approach to select the Prime Contractor. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering both price and technical factors. It is anticipated that Phase 1 will be re leased on or about January 19, 2010 with proposals due on or about February 18, 2010. Phase 1 of the solicitation will be provided in an electronic format, free of charge via the Federal Business Opportunity system to access package. Phase 2 of the solicitation will only be available to those offerors selected to advance to Phase 2. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted. A DRAFT Request for Proposal for Phase 1 will be issued with this pre-solicitation notice. Industry is invited to provide comments to this DRAFT RFP. Comment shall be submitted in writing to: carlen.capenos@usace.army.mil no later than January 7, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-R-0015/listing.html)
- Place of Performance
- Address: UTAH DATA CENTER, Camp Williams, Utah, United States
- Record
- SN02049529-W 20100127/100125235152-26b095c249237ff63a409fdaf4fb414a (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 |