SOLICITATION NOTICE
Y -- Access Control Facility (ACF)
- Notice Date
- 3/23/2017
- 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-17-R-0015
- Point of Contact
- Melissa Renee McMillan-Cox, Phone: 4436547235
- E-Mail Address
-
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice for a new construction contract. The proposed procurement is being solicited as a Total Small Business Set-Aside. The NAICS Code is 236220 with a small business size standard of $36,500,000.00. This procurement is being advertised as a Two Phase Request for Proposal (RFP). The magnitude of construction is between $10,000,000 and $25,000,000. The completion period is expected to be approximately 913 calendar days from notice to proceed. This project includes the construction of a 10,000 gross square foot new Access Control Facility (Sensitive Compartmented Information Facility) with the capacity to support the processing of visitors per criteria established by the Unified Facilities Criteria (UFC). These requirements include a waiting area, service counter, break room, offices, restrooms, electrical, mechanical and fire alarm/suppression. The supporting facilities include site preparation, infrastructure improvements, utility services, perimeter security measures, infrastructure for the telecommunication and the physical security system. The site preparation will include standard clearing, grubbing, cut, fill, grading and environmental (sustainable) features. A surface parking lot and the demolition of the existing ACF will also be a part of this project. The new facility will be required to meet the minimum DoD Antiterrorism standards and to meet the requirements of the American Disabilities ACT (ADA). There may be minimal asbestos, lead paint and bio-hazards remediation in the existing ACF building. Measures in accordance with the Department of Defense (DOD) Minimum Antiterrorism for Buildings standards must be provided. The facility shall be LEED Silver certifiable under the most current rating scheme available. The new facility will be required to meet the minimum DoD Antiterrorism standards and to meet the requirements of the American Disabilities ACT (ADA). There may be minimal asbestos, lead paint and bio-hazards remediation in the existing ACF building and Antiterrorism Force Protection (ATFP) standards. The Government is utilizing a Two Phase Best Value approach to select the Prime Contractor. 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. It is anticipated that Phase I will be released on or about March 31, 2017 with proposals due 30 days after issuance. Phase I of 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 Engineers acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access package. Phase II of the solicitation will only be available to those offerors selected to advance to Phase II. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-R-0015/listing.html)
- Place of Performance
- Address: Fort Meade, Maryland, United States
- Record
- SN04445660-W 20170325/170323234839-e1d9c935bd04b418d899025b172dd84a (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 |