Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOURCES SOUGHT

Y -- Solicitation W912DR-15-R-0007 Single Award Task Order Construction Contract

Notice Date
9/18/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR15R0007
 
Response Due
10/19/2015
 
Archive Date
11/18/2015
 
Point of Contact
Gregory Hodgson, 443-654-7855
 
E-Mail Address
USACE District, Baltimore
(gregory.hodgson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Baltimore District Corps of Engineers, Real Property Services Field Office (RSFO), is issuing a sources sought for a Single Award Task Order Construction Contract (SATOCC) for the Baltimore/Washington corridor, CONUS and Hawaii. The geographic area for this contract is anticipated to be primarily within 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. This proposed procurement is being solicited on an unrestricted basis. The NAICS Code is 236220 with a small business size standard of $33,500,000.00. This procurement is being advertised as a Two Phase Request for Proposal (RFP). The resultant contract will be issued for a five year period. The total capacity for the contract will be $103,000,000.00. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1 Bid Guarantee. The scope of this contract encompasses a broad variety of construction projects for the Intelligence Community (IC) and other DoD organizations and other agencies, organizations, and branches of the U.S. Government and other customers within the supported secure community. The customers (users) to be serviced by this contract will predominately belong to secure agencies. These types of customers have assets distributed throughout the continental United States and the world. The type of work performed will be in both secure and non secure locations. Projects may include major and minor repair, modification, rehabilitation, alterations, design-build, and new fully designed construction projects. It may also include demolition; infrastructure projects; interior fit-up; architectural renovations, mechanical upgrades and repairs, electrical upgrades and repairs, major utility work (including power substation and chilled water plant with all associated duct bank construction), paving, roofing, Supervisory Control and Data Acquisition (SCADA) systems, site preparation, and all other activities associated with general and heavy construction. Other projects may include communications systems, security systems, data systems infrastructure, Heating Cooling and Air Condition systems, Counter-Terrorism and Anti-Terrorism Force Protection construction, and Secret Compartmented Information Facilities (SCIF) construction. The contractor will be responsible for integrating, managing, and executing all aspects of all work related to each task order. An active TOP SECRET Facility Site 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. 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. The Offeror's proposal will be due on 19 October 2015. This solicitation is being 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 Engineers acquisitions are considered Sensitive, but unclassified documents, and require users to have a valid MPIN entered in the FBO system to access the package. All contracting questions related to the upcoming solicitation may be directed in writing to Gregory Hodgson via e-mail at Gregory.Hodgson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR15R0007/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03893675-W 20150920/150918235548-d2b5f05b1c773caa1ec3a593c610e2a4 (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.