Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
SOLICITATION NOTICE

Z -- Tenant Renovation in Secure Spaces (TRSS)

Notice Date
3/17/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-15-R-0005
 
Response Due
3/31/2015
 
Archive Date
5/16/2015
 
Point of Contact
Lisa A. Sirois, 402-995-2072
 
E-Mail Address
USACE District, Omaha
(lisa.a.sirois@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Tenant Renovation in Secure Spaces (TRSS) W9128F-15-R-0005 This solicitation is UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. On or about 1 April 2015, this office will issue a Request for Proposal for an Unrestricted Multiple Award Task Order Contract (MATOC) for facility renovations and repair requirements located in U.S. embassies worldwide, with a total contract capacity of $95,000,000.00. The Government intends to award up to four contracts through this acquisition. This acquisition will be accomplished in a two-step process: Step 1: Solicitation will require submission of CAGE Code, for the Government to verify Corporate Facility Clearances (FCL) and will close on or about 15 April 2015. Step 2: Amendment to the Solicitation will be issued only to those offerors determined to have a valid FCL and will close on or about 16 June 2015. The work will be for qualified contractors who have experience and meet qualifications to perform Department of Defense (DoD) secure space renovations within U.S. Embassies worldwide. The predominant part of the work is construction work as defined in North American Industry Classification System Code (NAICS) 236220, with a size standard for small business of $36.5 million dollars gross annual receipts on average for the past three (3) years. This industry classification comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. This industry classification includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry classification are commercial and institutional building general contractors, commercial and institutional building operative builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms. The work will consist of construction activities with a heavy emphasis on renovations in secure spaces and shall include, but not be limited to, repair, enhancement, maintenance, and incidental demolition of facilities, utilities, real property systems, and other infrastructure requirements. Projects will not be design-build, as each project will be fully designed. The scope is limited to contractors who have an ACTIVE Corporate Facility Clearance along with the capability to safeguard documents at the Secret level and possess a Defense Security Systems (DSS) certified computer system with the capability/certification (from DSS) to produce incidental design/as built drawings documents at the Secret classification level. Contractor staff will also be required to have Top Secret security clearances to complete renovation construction on US embassy properties. Offerors must have a valid US security clearance of Secret and Top Secret as defined in the summary of work in order to respond to this RFP. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). The Government is not willing to accept any risk associated with or caused by firms not possessing proper security clearance prior to solicitation issuance. The contract type for this requirement will be firm fixed price. Please be advised of on-line registration requirements in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-Line Representations and Certifications (ORCA). Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update. Solicitation documents will be posted to the web via Federal Business Opportunities (Fed Biz Ops) (www.fbo.gov). Registration is required to access solicitation documents. Fed Biz Ops provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Veteran's Employment Emphasis for U.S. Army Corps of Engineers Contracts. In addition to complying with the requirements outlined in FAR Clause 52.222-35, Equal Employment Opportunity for Veterans; all U.S. Army Corps of Engineers (USACE) contractors and sub-contractors at all tiers are encouraged to promote the training and employment of U.S. Veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified Veterans to perform services under this USACE contract. The following resources are available to assist USACE contractors in their outreach efforts: (1)Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx (2)Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ (3)Department of Veterans Affairs - VOW to Hire Heros Act http://benefits.va.gov/vow/ Contractual questions concerning the solicitation should be directed via email to the contract specialist, Lisa Sirois, at lisa.a.sirois@usace.army.mil or douglas.e.hadley@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03669655-W 20150319/150317234734-c93ee412e1a7e0a50a23918190747678 (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.