Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

Y -- SATOC for Baltimore-Washington Corridor - Solicitation

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-14-R-0026
 
Archive Date
5/20/2014
 
Point of Contact
Caroline J. Schleh, Phone: 4436547860
 
E-Mail Address
caroline.j.schleh@usace.army.mil
(caroline.j.schleh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Division 1 RFI Submittal Format Attachment D, 'Sample Project Request for Proposal' Solicitation The Baltimore District Corps of Engineers, Real Property Services Field Office, issues this solicitation notice for a Single Award Task Order Construction Contract for the Baltimore-Washington Corridor. The geographic area for this contract is anticipated to be the Baltimore-Washington Corridor, but may be used throughout the Continental United States and Hawaii. This is a task order construction contract that will include both Design-Build and Design-Bid-Build task orders. One contractor will be selected for award. The scope of this contract encompass a broad variety of major and minor repair, modification, renovations, rehabilitation, alterations, Design-Build, Design-Build-Build and new construction projects in a Secure Environment to include working in Sensitive Compartmented Information Facilities (SCIF). The work is envisioned to also include very technical electrical work to include but not limited to server rooms, UPS, generators, redundant power, high volume office spaces, power whips and terminations, receptacles, panel breakers, grounding, under raised access floor, and technical mechanical work to include a variety of mechanical systems, server rooms, HVAC, SCADA and BMS tie-in. The prime contractor will be responsible for integrating, managing, and executing all aspects of the design, and construction ordered under this contract. An active Top Secret Facility Clearance is required at the time the offer is due, at time of award, and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified in block 14 of the Standard Form 1442 must have the Top Secret Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B forms a Joint Venture called Company AB, then Company AB must have an active Top Secret Facility Site Clearance. Even if both Company A and Company B each individually posses the clearance, unless Company AB possesses its own Top Secret Facility Site Clearance, the proposal will not be eligible for award. This proposed procurement will be set aside for Small Business. The NAICS code 236220, with a size standard of $33,500,000.00. The resultant contract will be issued for a five year period. The total capacity for the contract will be $49,000,000.00. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1- Bid Guarantee. Proposals shall be delivered in person to the Contracting Divison, Baltimore District, Corps of Engineers, Room 7000, City Crescent Building, 10 South Howard Street, Baltimore, MD 21201
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-R-0026/listing.html)
 
Record
SN03330135-W 20140406/140404234345-d496a9eea6b7594d4d6c5f75ee46f944 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.