Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2015 FBO #4936
MODIFICATION

Y -- Secure Administration/Operations Facility (SA/OF), Ft. Belvoir, VA

Notice Date
5/28/2015
 
Notice Type
Modification/Amendment
 
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-15-R-0006
 
Archive Date
4/30/2016
 
Point of Contact
Christina Sale, Phone: 410-962-3526
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Baltimore District, issues this pre-solicitation notice for an unrestricted construction project. This proposed procurement is Unrestricted; NAICS is 236220-Commercial and Institutional Building Construction, with a size standard of $36.5M. The project will be a Request for Proposal (RFP) for a Firm-Fixed Price Design-Bid-Build contract for the construction of a Secure Administration/Operations Facility located on Fort Belvoir, Virginia. In accordance with DFAR 236.204 - Disclosure of the magnitudes of construction projects, the magnitude of this project is between $100,000,000 and $250,000,000. This is a Design/Bid/Build construction project for the Addition and New Construction of the Secure Administration/Operations Facility (SA/OF) located at Fort Belvoir, VA and is being advertised as a Request for Proposal (RFP). Project Description: The scope of this contract will include the new construction of a six floor structure with two levels underground. The structure will be attached to an existing building on two sides. The new construction is a total of 381,839 square feet. The construction will include a large earthwork component to account for the displaced earth excavation for the two levels of basement. There is a requirement for special foundations at the basement level that will support above ground facility. This project will include mechanical, electrical, fire protection, redundant power, information systems, intrusion detection/access control, and a Roof Garden/Outdoor Plaza. The building will include 381,839 square feet of special compartmented information facility (SCIF) construction. The Anti-Terrorism/Force Protection (AT/FP) measures will include a progressive collapse requirement, window entrance and curtain wall reinforcement, clear zones and standoffs. The work is on a controlled site and immediately adjacent to an existing occupied facility. It will connect to the existing facility, and the work must be accomplished without disruption to the existing facility functions and operations. The facility will meet LEED Silver ratings and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act o0f 2007. Low Impact Development will be included in the design and construction of this project as appropriate. Only U.S. persons, as defined in 8 U.S.C. 1101(a)(20) or 8 U.S.C. 124b(a)(3), may work on this site or have access to any of the documents. Construction duration is 1275 calendar days from Notice to Proceed. A contract will be awarded to the Offeror whose proposal represents the "Best Value" to the Government. The best value determination will be made using the trade-off process by comparing differences in the value of non-price past performance, technical and project schedule features of a proposal with differences in price. All Offerors, whether prime offerors or subcontractors, have to be verified for compliance with DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. The verification process must be completed prior to release of Drawings and Specifications to any offeror. An electronic copy of the Statement of Affiliation must be submitted to Christina Sale at christina.sale@usace.army.mil. Originals will be required to be submitted with the proposal submission. If an Offeror receives the drawings and specifications and declines to offer, then the original Statement of Affiliation shall be submitted with the return of the drawings and specifications. A contract will not be awarded to a firm or subsidiary of a firm if it is determined to be under significant FOCI from governments or countries that support terrorism or are considered critical intelligence threats. Subcontractors identified in the proposal are subject to the same eligibility determination. Specifications and Drawings will only be released to Offerors who are free from Foreign Ownership, Control and Influence (FOCI). Offerors wishing to receive specifications and drawing are required to submit the quote mark Statement of Affiliation quote mark form posted with this pre-solicitation notice. If the government determines there is, or may be, FOCI, then the Government may seek clarification to make a final determination whether the Offeror is eligible to receive the Drawings and Specifications. If an Offeror is not determined to be free of significant FOCI issues, the Offeror may be required to submit a mitigation strategy in writing that must be approved by the U.S. Government, otherwise the Offeror may be ineligible for further award consideration. If FOCI concerns cannot be mitigated to the satisfaction of the U.S. Government security representatives then the Offeror may be determined to ineligible to receive the Drawings and Specifications. This determination is solely at the discretion of the U.S. Government security representatives. Being denied access to the documents or specifications, or receiving them in a delayed manner, as a result of FOCI processing is not cause for a protest or an extension of the response period. Offerors are encouraged to submit the Statement of Affiliation as soon as possible in order to determine eligibility. Offerors will be notified as to their eligibility to receive drawings and specifications when a decision on eligibility is made by the U.S Government security representative. The initial solicitation will be posted on FedBizOpps. Drawings and specifications will need to be picked up at USACE, Baltimore District, 10 South Howard Street, Room 7000, Baltimore, MD 21201 and will only be released to those determined to be free of FOCI. All questions shall be submitted via email to christina.sale@usace.army.mil. Proposals shall be submitted to the U.S. Army Corps of Engineers, Baltimore District; ATTN: Christina Sale, Contracting Division; 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715. Potential offerors are requested to submit their Statement of Affiliation by 17 April 2015. A determination will be made prior to the release of the solicitation for all offerors who submit this information by 17 April 2015. The Government will not make this same guarantee for those that submit this information after 17 April 2015. All are notified that the offer acceptance period will not be extended due to the offerors not receiving the drawings and specifications at the time of the release of the solicitation due to not submitting the Statement of Affiliation by 17 April 2015. The solicitation will be available on or about 5 June 2015 with proposals due on or about 7July 2015. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.fbo.gov. Please note that all Corps of Engineer acquisitions are considered Sensitive but Unclassified documents, and require users to have a valid MPIIN entered into the FBO system to access the package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0006/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Baltimore District, 10 South Howard St., Room 7000, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN03744962-W 20150530/150529035501-865bbf82d308e7a49cff8269c967bce7 (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.