SOLICITATION NOTICE
Y -- DESIGN/BUILD (DB) CONSTRUCT SIX (6) PORTAL ENTRANCES FOR DFAS FACILITY AT GRIFISS AIR FORCE BASE, ROME, NY - RFP - N40085-13-R-1349
- Notice Date
- 7/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, PWD PA, 4921 S. Broad Street, Building 1, Philadelphia, Pennsylvania, 19112, United States
- ZIP Code
- 19112
- Solicitation Number
- N40085-13-R-1349
- Archive Date
- 12/31/2013
- Point of Contact
- Jessica L Nelson, Phone: 2158978877, Christine A. Sholtz, Phone: 3157095273
- E-Mail Address
-
jessica.nelson@navy.mil, christine.sholtz@navy.mil
(jessica.nelson@navy.mil, christine.sholtz@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP - N40085-13-R-1349 solicitation is N40085-13-R-1349. DESIGN/BUILD (DB) CONSTRUCT SIX (6) PORTAL ENTRANCES FOR DFAS FACILITY AT GRIFISS AIR FORCE BASE, ROME, NY. THIS REQUIREMENT IS a total 100% small business set aside. The solicitation will be competed against eligible small businesses with current relevant qualifications, experience, personnel and capability to perform the proposed requirement. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $33,500,000.00. this request for proposal (RFP) is issued to obtain contractor qualifications for which the resulting contract, by means of a competitive firm fixed-price procurement, will be awarded. Formal source selection procedures will be followed to award to the best value offeror(s) as prescribed by Federal Acquisition Regulations (FAR) Part 15, part 19 and part 36 as applicable. This acquisition will result in the award of a Firm-Fixed Price (FFP), contract for construction. The contract will be procured using competitive proposals as it has been determined in accordance with FAR 15.101 to be the most appropriate method of contracting for the subject project. General Work Requirements: The offerors shall prepare a design-build construction package for portal modification of DFAS facilities at Griffiss Air Force Base, Rome NY. The following six (6) entrances are to be modified in this DB project: West 1, West 11 and East 4 - Provide a full height turnstile/portal, The TAP 250 by Boon Edam provides a high security turnstile/portal that is ADA compliant. This system is provided as reference but an equal or similar product will be accepted. The portal restriction shall incorporate a magnetometer that can be used to screen visitors or all persons during elevated threat conditions. Additionally a fixed camera is required that coordinates with the existing system and will allow viewing of the portal. Relocation of some Electronic Security System (ESS) components is expected an included as part of this request. It is requested that the wing walls at this location be removed to provide complete view of the area by security. West 4, East 3 and West 9 - Construct a single portal full-height swing door/gate system. The Glass Gate 400 referenced may be ideal but a similar product will be accepted. Additionally durable glass partitions will need to be utilized to fill the space and provide viewership of the area. This system shall be a double wide system. The Glass Gate 400 Systems by Fast Lane are provided as example; a similar product will be acceptable. Relocation of some ESS components is expected and included. Uninterrupted Power Supply (UPS) - Procure and install an ESS-wide UPS to provide emergency power to all ESS components until an emergency generator can activate. This should be a 50 KW UPS system installed and capable of supporting all four of the server racks servicing the ESS equipment at the DFAS. The UPS should be capable of operating all units for a minimum of two hours or until an emergency generator is supporting the full load. Additionally, the UPS and subsequent emergency generator should provide power to the existing ESS equipment and the primary security office and the alternate command center located adjacent to the security offices. All existing and planned ESS components should be interfaced with this UPS. Emergency Generator - Shall be installed in line with the UPS and automatically switch on in the event of a power failure. The size requirement is specific to power the ESS equipment. It is anticipated that a 35KVA generator with a three day capacity skid tank should be sufficient to power all new security equipment installed. An automatic transfer switch, as well as appropriate connections, should be utilized for this installation. In accordance with Executive Order 13423, NAVFAC Engineering & Construction Bulletin (ECB) 2008-01 and other pertinent directives, integrate sustainable principles into the design, development and construction of the project. Reduce the total cost of ownership of the facility using a whole building, life-cycle approach. In accordance with FAR 36.204(e), the estimated magnitude of this project is between $500,000.00 and $1,000,000.00. The solicitation shall in NAVFAC Design-Build Request for Proposal FORMAT; information can be found on Whole Building Design Guide (www.WBDG.org) or http://www.wbdg.org/ndbm/ndbm.php in Accordance with the requirements as designated by FAR part 15, part 19, and part 36. THE REQUEST FOR PROPOSAL (RFP) IS DUE ON OR BEFORE 29 AUGUST 2013 AT 3:00PM EASTERN TIME. THE PROPOSAL MAY BE MAILED (HARD COPY), EMAILED (NO LARGER THAN 5MB), OR FAXED TO 215-897-6932. The Government IS issuing the solicitation through the FEDERAL BUSINESS OPPORTUNITES (FBO) web site at www.fbo.gov. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Amendments will also be posted on the website. IMPORTANT NOTICE: The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR) FedReg, ORCA, and EPLS. It is very important that firms are registered with this site. Firm may obtain information for this requirement through http://www.acquisition.gov or by calling 866-606-8220. **note** the site visit is on 8 august 2013 at 10:00 am eastern time. the site visit pocs are as follows: DFAS REPRESENTATIVE: MR. PHIL MONTANA (DFAS POC), 315-709-6063, Philip.Montana@DFAS.mil. THE ALTERNATE SITE POC CONTRACT SPECIALIST IS MS. CHRISTINE SHOLTZ, 315-709-5273, christine.sholtz@navy.mil. ALL QUESTIONS PERTAINING TO THE SUBJECT RFP SHALL BE SUBMITTED TO MS. JESSICA NELSON AT JESSICA.NELSN@NAVY.MIL NO LATER THAN 48 HRS BEFORE THE CLOSING DATE (8/27/13 @ 12:00PM EASTERN TIME).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N40085-13-R-1349/listing.html)
- Place of Performance
- Address: DFAS FACILITY AT GRIFFISS AIR FORCE BASE, ROME, New York, United States
- Record
- SN03133242-W 20130802/130801000052-7df35cf085c676b6db94ccb0609f6ac1 (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 |