Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

Y -- ARCYBER Company Operations Facility, Fort Gordon, GA

Notice Date
4/3/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18B3001
 
Point of Contact
Arcia E Fusi, Phone: 9126525901, Andrew K. Page, Phone: 912-652-5900
 
E-Mail Address
Arcia.E.Fusi@usace.army.mil, andrew.k.page@usace.army.mil
(Arcia.E.Fusi@usace.army.mil, andrew.k.page@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid W912HN18B3001 for the construction of the ARCYBER Company Operations Facility at Fort Gordon, GA, based upon an in-house design. Contractor shall furnish all labor, equipment, materials and incidentals necessary to provide and construct the facility which includes: Construct a Company Operations Facility to support HQ Army Cyber Command/Second Army, JFHQ-Cyber and Cyber Protection Team (CPT) requirements. Project includes mass notification system, interior communications and information systems installation, secure and non-secure network connections, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utility connections, air handling unit, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1- 200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and Energy measures will be provided. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related to interior design services are operations as authorized, or directed, to ensure freedom of action in and through cyberspace, and to deny the same to our adversaries. Joint Force Headquarters Cyber (JFHQ-C) is in support of combatant command objectives, conducts full spectrum cyberspace planning and synchronization; conducts network operations and defense for all Army and other supported networks as well as support to joint and unified land operations. The Cyber Protection Teams operate a nd defend the Army's information networks and systems critical to Homeland Defense, warfighting Combatant Commanders and Department of Defense (DoD) within the Continental United States (CONUS). This project provides required support space for HQ Army Cyber Command/Second Army, JFHQ-Cyber and Cyber Protection Teams (CPT) at Fort Gordon, Georgia. Based upon equipment and personnel assigned to each of the (3) three activities, there is a need for a Company Operations Facility and Organizational Classroom space to support the U.S. Army's Cyber Mission(s) that are collocated with the National Security Agency in Georgia. This facility supports the operational mission to evaluate and defeat cyber threats and provides specialized deployment readiness requirements, preparation and staging space that cannot be met in existing facilities. This allows operations on information technology domains at tactical, operational, and strategiclevels to achieve information dominance and facilitate military and national objectives. The subsequent Contract will result in a C-Type Design Bid Build contract with a Base CLINS and Options. The Period of Performance is 480 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. SOLICITATION WEBSITE: Please note that the bid opening date and location will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. The solicitation when posted, will be available free of charge by electronic posting at the Federal Business Opportunities Website (FedBizOps) http://www.fbo.gov/. Project files are Portable Document Format (PDF) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the FedBizOps website. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. In accordance with FAR 52.228-1 Bid Guarantee, Offerors are required to submit an original bid bond for either 20% of the bid price, or $3M, whichever is less. Original bid bonds must be delivered by the time proposals are due, and in accordance with specific instructions that will be identified in the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 19 April 2018. The approximate bid opening date is on or about 22 May 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: Contractual questions should be forwarded to Contract Specialist, Arcia E. Fusi at Arcia.E.Fusi@usace.army.mil or to the attention of Contracting Officer, Andrew K. Page at Andrew.K.Page@usace.army.mil. The contracting officer address is 100 West Oglethorpe Avenue, Savannah, GA 31401.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18B3001/listing.html)
 
Place of Performance
Address: Fort Gordon, Georgia, United States
 
Record
SN04876414-W 20180405/180403231553-09637161d706f3fb06b3695a5a62760d (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.