Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOLICITATION NOTICE

Y -- U.S. Army Corps of Engineers $112M SATOC for the Intelligence Community within CONUS, Hawaii and Alaska

Notice Date
2/21/2018
 
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, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR-17-R-0024
 
Archive Date
3/21/2018
 
Point of Contact
Gregory Hodgson,
 
E-Mail Address
gregory.hodgson@usace.army.mil
(gregory.hodgson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) Baltimore District, Real Property Services Field Office (RSFO) is issuing this pre-solicitation notice for a Single Award Task Order Contract (SATOC) for the Baltimore/Washington corridor, CONUS, Hawaii and Alaska. This SATOC will include both design-build and design-bid-build task orders that will be executed by a single contractor/awardee. This proposed procurement is being solicited on an unrestricted basis and 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) and the resultant contract will be issued for a three year period. The total capacity for the contract will be $112,000,000.00. 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 type of customers have assets distributed throughout the continental United States, Hawaii and Alaska. The type of work performed will be in both secure and non-secure locations. Projects may include a broad variety of major and minor repair, modification, renovations, rehabilitation, alterations, Design-Build, Design-Bid-Build and new construction projects in a Secure Environment as well as work within Sensitive Compartmented Information Facilities (SCIF). The work envisioned is construction-related and may include very technical electrical work to include but not limited to server rooms, uninterruptable power supplies (UPS), generators, redundant power, high volume office spaces, power whips and terminations, receptacles, panel breakers, grounding, and under both raised/sunken access floors. Work will also include very technical mechanical work to include a variety of mechanical systems, server rooms, heating ventilation and air conditioning (HVAC), supervisory control and data acquisition (SCADA), and building management system (BMS) tie-in. An active TOP SECRET Facility 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 possess 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. It is anticipated the solicitation may be posted within the next 30 to 60 calendar days. The USACE RSFO is not bound by this notice. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the 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 Marketing Partner Identification Number (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 email at Gregory.Hodgson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-R-0024/listing.html)
 
Place of Performance
Address: Continental United States, Hawaii and Alaska, United States
 
Record
SN04829301-W 20180223/180221231118-3b2502f06a9643d49474f4e870209bed (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.