Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOLICITATION NOTICE

Z -- Renovation and Repair Project - FGGM Contractor Access Request Form

Notice Date
6/10/2016
 
Notice Type
Presolicitation
 
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-16-R-0010
 
Archive Date
7/9/2016
 
Point of Contact
Nancy J Sykes, Phone: 4436547853, Melissa Renee McMillan-Cox, Phone: 4436547235
 
E-Mail Address
nancy.sykes@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil
(nancy.sykes@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF AFFILIATION - to be submitted by interested Contractors Access Request for Contractor The proposed procurement for Building K is unrestricted, NAICS Code: 236220, Size Standard is $36,500,000.00. This procurement is being advertised as a Request for Proposal (RFP). The magnitude of construction is $25,000,000 to $100,000,000. The completion period is expected to be approximately 730 calendar days from notice to proceed. This is a design-bid-build (DBB) firm-fixed priced construction contract for the renovation and repair of an existing building located on Fort Meade, Maryland. This Administrative facility has a total of 96,496 gross square feet. The building has three (3) stories with a basement and attic. The three (3) stories above grade total 72,441 square feet. The basement is 24,052 square feet. This project will upgrade the building systems and allow for the introduction of new code compliant interior space with adequate handicap access, life safety, and reliability of systems. Utility systems capacity and reliability will be designed to support mission critical loads to mandated standards commensurate with the facility mission criticality review. Information assurance requirements will be incorporated into the design. This project includes: demolitions and replacement of the HVAC and electrical systems, emergency switchboard, uninterruptable power supply (UPS), automatic transfer switches (ATS), a generator yard, communications, renovate and repair the administrative offices to include storage space, restrooms, training areas, etc., install light fixtures with code compliant units, replace flooring, installation of a code compliant fire alarm and suppression system, installation of a passenger elevator and demolition of existing ramps and walkways to upgrade to American Disabilities ACT (ADA) entrance ramp; replace and repair of the conduit distribution throughout the facility. There may be minimal asbestos, lead paint and bio-hazards remediation. The renovated facility will need to meet minimum DOD Antiterrorism standards. There will be a conversion of the existing space adding secured space. The contemplated period of performance for this renovation and repair project is 730 days after contract award. BI-FUEL EMERGENCY BACK-UP GENERATOR: Generac generators will be used to provide emergency back-up using bi-fuel with a maximum mixture of 75% natural gas and 25% diesel to ensure the sustainment of mission critical items that will not be lost in the event of an unplanned power outage. Fire Alarm System: This equipment shall be non-proprietary, open architecture systems and must be fully field-programmable by hand or laptop. These devices must all be compatible with the fire alarm control panel (FACP) provided by the same manufacturer in order to send and receive addressable signals to/from the FACP. The project will be constructed in accordance with the Uniform Federal Accessibility Standards USFAS)/Americans with Disabilities Act (ADA) Accessibility Guidelines, and Antiterrorism Force Protection (ATFP) standards. Only U.S. citizens, 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. A site visit will be scheduled prior to the proposal submission deadline. Specifications and Drawings will only be released to companies who are free from Foreign Ownership, Control and Influence (FOCI). Offerors wishing to receive specifications and drawings are required to submit the "Statement of Affiliation" form posted with this pre-solicitation (specifics written below). In order to attend the site visit all contractors must have all potential attendees complete the FGGM Contractor Access Request Form (attendees are limited to 5 per contractor), a (CLEAR COLOR) copy of a valid driver's license and a copy of their social security card is to be submitted with the site visit form as requested by the customer. However, for awareness there are additional primary and secondary documents that the Government can utilize to also confirm identify of individuals. Primary Source Documents: U.S. Passport or U. S. Passport Card, Permanent Resident Card or an Alien Registration Receipt Card (Form I-551); Foreign Passport; Employment Authorization Document that contains a photograph (Form I-766); U.S. Military card; U.S. Dependent/spouse ID card or Personal Identity Verification (PIV) (HSPD 12 complaint. Secondary Identity Source Documents: Original or certified copy of a birth certificate issued by a state, county, municipal authority possession, or outlying possession of the United States bearing an official seal; Voter's registration card; ID card issued by a federal, state, or local government agency or entity, provided it contains a photography; U.S. coast Guard Merchant Mariner Card; Certificate of U.S. Citizenship (Form N-560 or N-561) Certificate of naturalization (Form N-550 or N 570); Temporary Reside t Card (Form I-688); Identification Card for Use of Resident Citizen of Report of Birth issued by the Department of State (Form FS-545 or Form DS-1350); Employment authorization Card (Form I-688A); Re-entry Permit Form (I-327); Employment authorization document issued by Department of Homeland Security (DHS) and Employment authorization document issues by DHS with photograph (Form I-688B). The contractor should collect all forms and submit to the contract specialist(s) Renee Mcmillan-Cox at melissa.r.mcmillan-cox@usace.army.mil to submit for approval. Attendance to the site visit will not be allowed without this form completely filled out and submitted by the response date 24 June 2016. The site visit is currently scheduled for 08 July 2016. It is recommended for each contractor to scan in the completed form and send to the contract specialist(s) PASSWORD PROTECTED. In a separate email include the password for document retrieval for submission to the approving authority. The items to be completed on the FGGM form: Applicants Name: (Last, first, Middle), Height, Weight, Hair Color, Eye Color, Social Security Number, Sex (M/F), Driver's License Number and State, Date of Birth, Citizenship, Home Address, Home Phone Number, Company, Company Address and Company Phone Number. You Do Not have to fill out the Organization's Information, POC or Phone Number. The contract expiration date can be left blank. The Solicitation No. W912DR-16-R-0010 should be included in the block for Contract Number. The bottom section of the form is For Internal Use Only. All companies working on this job or having access to any of the documents must be free from Foreign Ownership, Control and Influence (FOCI), as determined by the Government. To establish that an Offeror is eligible to receive drawings and specifications, the Offeror must submit "Statement of Affiliation" to Foreign Interest. All Offerors, whether prime Offerors or subcontractors, have to be verified for compliance with DFARS 252.209-7001, Disclosure of Ownership or Control by a the Government of a Terrorist Country, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.2209-7004, 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 Renee Mcmillan-Cox, melissa.r.mcmillan-cox@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. 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 Government; otherwise the Offeror may be ineligible for further award consideration. If FOCI concerns cannot be mitigated to the satisfaction of the 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 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. It is anticipated that the solicitation will be released on or about 01 July 2016. 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 The Real Property Services Field Office located in Annapolis Junction, MD and will only be released to those determined to be free of FOCI. Potential Offerors are requested to submit their Statement of Affiliation and Fort George G. Meade Contractor Access Request by 24 June 2016. A determination will be made prior to the release of the solicitation for all Offerors who submit this information by 24 June 2016. The Government will not make this same guarantee for those that submit this information after 24 June 2016. All are notified that the offer acceptance period will not be extended due to the Offerors not being approved to attend the site visit or receiving the drawings and specifications at the time of the release of the solicitation due to not submitting these two required documents by 24 June 2016. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holder 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. THIS IS A PRE-SOLICITATION NOTICE "ONLY". IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS PRE-SOLICITATION ANOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. It is the responsibility of all interested offerors to review this site frequently for any updates that may occur during the pre-solicitation notice process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any pre-solicitation preparation costs. The Government reserves the right to cancel this requirement either before or after the closing date, with no obligation to all interested contractors by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-R-0010/listing.html)
 
Place of Performance
Address: Fort Meade George Maryland, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04146159-W 20160612/160610234407-f8ee5e17fe84d709daee7ce97ecc9468 (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.