Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2021 SAM #7038
SOURCES SOUGHT

Y -- CONSTRUCTION OF SIMULATION CENTER, FORT IRWIN, CA

Notice Date
3/5/2021 12:33:02 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21R0016
 
Response Due
4/7/2021 11:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
Description
This is a SOURCES SOUGHT NOTICE for information only.� Replies by interested parties will be used by this agency for preliminary planning purposes.� No proposal or contract will be awarded from this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to construct the Simulations Center at Fort Irwin, CA. PROJECT: �Construct a Simulations Center complete with flexible workstations, conference rooms, space for multipurpose training and instruction, video teleconferencing centers, After Action Review (AAR) facilities, a network operations center, simulation and C4I technical control areas, and general supply and storage; and, the companion Leader Training Program (LTP) portion to include offices for rotating brigade and battalion command staff, rehearsal rooms, war fighting breakout conference rooms, secure storage, rotational training unit storage, a Secret Internet Protocol Router (SIPR) cafe, break areas, bathrooms/showers, and administrative support space. The Sim Center will possess a Sensitive Compartmented Information Facility (SCIF) capability. Supporting Facilities will include area in which to provide a Tactical Operations Center (TOC) complete with pop-ups to which units will be able to connect with counterparts in field exercises, an area reserved for an antenna farm, organizational vehicle and tactical vehicle parking, as well as site preparation, a stormwater retention basin, fire hydrants & piping, water and sanitary sewer connections, electrical power, parking lot lighting with photovoltaics mounted overhead, data and communications connections, and antiterrorism/force protection measures.� This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01 as well as new Cyber Security guidelines set down by DOD. BACKGROUND:�This project is required to support the National Training Center (NTC). �Fort Irwin is considered the premier training facility for the Army. Each month a new Rotational Training Unit (RTU) travels to Fort Irwin to acquire their Brigade Combat Team (BCT) training through tough, realistic land operations with their unified action partners to prepare the BCTs and other units for combat while taking care of Soldiers, their families, and civilians.� The NTC has limited capabilities to provide RTUs with required support for integrated live, virtual, and constructive simulation training. Simulation training is currently being conducted in a large tent structure covered with blown insulation while the Leader Training Program (LTP) training is being conducted in a dilapidated semi-permanent structure constructed in the 1980's. �Both Simulations and leadership training need new modernization to provide the BCT�s the level of training expected in this new age of warfare. If the project is not provided, the Army's ability to provide Rotational Training Units with needed training to leverage and merge live training resources with constructive simulation training as units of Brigade Combat Teams will continue to be impacted.� Utility connections for support and coordination with privatized electric and wastewater systems. This project has been coordinated with the installation physical security plan, and all physical security measures will be included as well required antiterrorism protection measures.� The Deputy Assistant Secretary of the Army (Installations, Housing and Partnerships) certifies that this project has been considered for joint use potential. The facility will be available for use by other components. Sustainable principles, to include life cycle cost effective practices, will be integrated into the design, development and construction of the project and will follow the guidance detailed in the Army Sustainable Design and Development Policy - complying with applicable laws and executive orders. The type of set-aside decision to be issued will depend upon the responses to this sources notice. The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service Disabled Veteran owned small business concerns and 8(a) firms. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 780 calendar days. Minimum capabilities required include, previous experience of projects similar in magnitude and complexity of the project. Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above.� Responses are requested with the following information, which shall not exceed a total of six pages. 1 Offerors name, address, point of contact, with telephone numbers, and email addresses. 2 Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed project. Manage subcontractors, prepare, and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts in addition to working in a remote area. 5. Firm�s interest in proposing on the solicitation when it is issued. 6. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and worked concurrently within the past seven years.� Responses MUST demonstrate experience in new construction, SCIF construction, AT/FP requirements, cyber security compliance and communications.� The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors� role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address).� Project examples MUST be greater than $30,000,000. Lastly, one (1) project must have occurred on a military installation and should include discussion of possible COVID issues that might arise. Responses should be submitted to Lucia A. Carvajal, Contract Specialist, via Electronic transmittal to lucia.a.carvajal@usace.army.mil.� Submittals are due no later than April 7, 2021.� Submittals will not be returned. This is not a Request for Proposals, only a Request for Information.� No award will result from this Sources Sought Notice.�� This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fed5baadfb744eea99955568abb0fd9a/view)
 
Place of Performance
Address: Fort Irwin, CA 92310, USA
Zip Code: 92310
Country: USA
 
Record
SN05935110-F 20210307/210305230111 (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.