Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

Y -- Construction of the NASIC Intelligence Production Center located at Wright-Patterson Air Force Base

Notice Date
12/12/2019 6:42:21 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-R-0002
 
Response Due
2/27/2020 11:00:00 AM
 
Archive Date
05/29/2020
 
Point of Contact
Bjorn T. Hale, Phone: 5023156571, April C. Judd
 
E-Mail Address
bjorn.t.hale2@usace.army.mil, april.c.judd@usace.army.mil
(bjorn.t.hale2@usace.army.mil, april.c.judd@usace.army.mil)
 
Description
***** Security Requirements *****Due to the sensitivity of this project, all solicitation materials will be provided via a secure site by the Government. Potential Offerors have two (2) steps to complete prior to being able to receive solicitation materials.(1) Potential Offerors have to verify that their company and personnel are U.S. citizens; and(2) verify that their company is currently certified in the Joint Certification Program (JCP) run by DLIS. Information on this certification program is available at:http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisiticsApplications/JCP/FAQ/.Potential Offerors are encouraged to begin the registration process as early as possible as it may take 6-8 weeks for new registrants to be certified.A follow on vetting by the Government will take place to ensure there is no adverse information on the company that demonstrates a risk to national security or could demonstrate a vulnerability to the project. PLEASE NOTE: No documentation need be submitted for completion of the vetting process. This step is to be completed by Government personnel.Please submit your U.S. owned ceritification letter as well as verification of your enrollment in the JCP to Bjorn Hale at bjorn.t.hale2@usace.army.mil.PLEASE NOTE: Only after completion of these three (3) items will potential Offerors be granted access to secure solicitation documents; which are to be released in January. Offerors will receive an e-mail with confimation that your firm has been successfully vetted. Also, this process is project specific. No other secure projects which have required similar actions will count toward your ability to gain access to this solicitation, therefore, please respond and submit the required documentation, if interested.***** Security Requirements *****NOTE: This announcement serves as the advance notice for this project. RESPONSES TO THIS PRESOLICITATION SYNOPSIS ARE NOT REQUIRED. DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0002 for the construction of the NASIC Intelligence Production Center located at Wright-Patterson Air Force Base.The project is for the addition of a controlled/secured multi-floor facility to intelligence production facilities at Wright Patterson Air Force Base. Work includes structural frame, metal panel & pre-cast exterior walls; computer room with raised floor, intelligence production, freight and personal elevators, and communications computer equipment; 2,500 KW emergency generator; and atrium. Alteration activities include measures to ensure code compliant facility connection to the new addition; mitigate multiple Fire Safety Deficiency 1’s by eliminating 3 dead-end corridors, 4 exit door bottlenecks, and provide required egress. Overall project will add approximately 256,000 SF and alter approximately 22,500 SF.The contract duration is 898 calendar days.SUBJECT TO THE AVAILABILITY OF FUNDS: Award will not be made until funds are available.TYPE OF CONTRACT AND NAICS: This Request for Proposal (RFP) will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220.TYPE OF SET-ASIDE: This acquisition will be a full and open competition.SELECTION PROCESS: This is a single-phase procurement, being issued in two (2) staggers*, following the trade-off (best value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government.*The intent of the stagger 1 solicitation will be to provide Offerors with the plans and specifications to this point. The completed plans and specifications will be released as part of stagger 2 solicitation/amendment. Please note that any bidder inquiries related to the technical details of the solicitation during the stagger 1 phase will not be addressed until after the stagger 2 solicitation/amendment is released.CONSTRUCTION MAGNITUDE: The magnitude of the project is anticipated to be between $100,000,000 and 250,000,000 in accordance with FAR 36.204.ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 21 January 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.beta.sam.gov.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the General Services Administration Contract Opportunities website, http://www.beta.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the General Services Administration Contract Opportunities website at http://www.beta.sam.gov. 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. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at http://www.beta.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: The point-of-contact for this procurement is Contract Specialist, Bjorn Hale, at Bjorn.T.Hale2@usace.army.mil.For Assistance with https://beta.sam.gov/ please contact the Federal Service Desk Directly at https://fsd.gov/fsd-gov/home.do or 866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a9be70085e341a8bb7d7cd5d0ec1f91/view)
 
Place of Performance
Address: OH-05, OH, USA
Country: USA
 
Record
SN05515277-F 20191214/191212230307 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.