SOLICITATION NOTICE
Y -- TWO-PHASE DESIGN BUILD INTEGRATED CAPABILITIES OFFICE (ICO) HQ, CAPE CANAVERAL SPACE FORCE STATION, FL (BREVARD COUNTY, FL)
- Notice Date
- 11/16/2021 1:21:57 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127822R0003
- Archive Date
- 11/01/2022
- Point of Contact
- Humphrey W. Mararo, Phone: 2514415456, Kyle M. Rodgers, Phone: 2516903356
- E-Mail Address
-
humphrey.w.mararo@usace.army.mil, kyle.m.rodgers@usace.army.mil
(humphrey.w.mararo@usace.army.mil, kyle.m.rodgers@usace.army.mil)
- Description
- TWO-PHASE DESIGN BUILD INTEGRATED CAPABILITIES OFFICE (ICO) HQ, CAPE CANAVERAL SPACE FORCE STATION, FL (BREVARD COUNTY, FL) THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), TWO-PHASE DESIGN-BUILD SOURCE SELECTION SOLICITATION Project Description: This project is a Best Value, two-phase design-build solicitation.� A detailed project description and overall project performance requirements for this project will be included in the Request For Proposals (RFP) package.� The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements.� The successful Contractor must design and construct a complete and usable project, as described in the RFP documents.� One solicitation will be issued covering both phases. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two, and an amendment will be issued to those selected offerors.� Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability.� Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request For Proposals.� A maximum of five (5) firms will be invited to participate in the second phase. The estimated total value of the project is between $25,000,000 and $100,000,000. Description of Work: Construction of a Headquarters Building approximately 68,000 GSF two-story facility for an Integrated Capabilities Office (ICO) HQ, parking area, and an approximately 16,500 GSF supporting Utilities Area building which consists of a Central Utility Plant and Industrial Shop area utilizing conventional design and construction methods. The first floor of the HQ building includes mixed classification spaces and the entire second floor will be a SCIF with classification ""Open Storage"" with Security in Depth (SID) as defined in UFC 4-010-05, Change 1, and ICS 705. Using the six-sided approach, the SCIF perimeter floors, ceilings, and walls require minimum STC 45 per AGS Sound Group 3 with the separation between the first and second floor being STC 50. The program requirements for the facility include administrative spaces, data center, weapons vault, building support, and circulation spaces. The building is a steel framed structure, and the primary exterior materials are tilt-up concrete panels, glass storefront and curtainwall window systems. The interior walls of the Administrative office space shall be metal stud and gypsum board partitions. The Utilities Area is an approximately 16,500 GSF building to house central utilities for mechanical and electrical equipment to support the Headquarters as well as industrial shops and administrative area. The building shall be a pre-engineered metal building with a steel frame, precast exterior wall panels and a sloped standing seam metal roof. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. Note No. 1: �All prospective contractors and their subcontractors and suppliers must be registered in SAM.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract.��In accordance with Section 00 11 00, paragraph 3.1 of the solicitation, submission of electronic proposal packages shall only be via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml. See attachments PIEE Solicitation Module Vendor Access Instructions and SOP PIEE Proposal Manager Offeror for instructions on getting access to the PIEE Solicitation Module and submitting your proposal. Solicitation documents, plans and specifications will only be available via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� Registration for plans and specifications should be made via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� This solicitation will not be issued on CD-ROM.� Neither telephonic, mailed, nor fax requests will be accepted.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.� The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest.� NOTE:� This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2:� All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. Note No. 3:� Critical path method (network analysis system) is not required. Note No. 4:� For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years.� Note No. 5:� This solicitation includes bid options which may not be awarded. Note No. 6:� All advertisements of Mobile District projects will be through the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at:�Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil. Address questions concerning downloading of plans/specifications to the Primary Point of Contact indicated below. Note No. 7:� A Contractor Site Visit will be conducted with those offerors advancing to Phase Two.� Phase Two offerors will be notified via amendment, as to when and where the site visit will be conducted. Note No. 8:� The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� Other forms of communicating RFIs to the Government will not be honored.� The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.) Note No. 9:� The solicitation�has been posted in the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil in the below link�as of�16 November 2021. https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W9127822R0003 -- END --
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dcb43de15d9e472aa412f9d38a2ca56c/view)
- Place of Performance
- Address: Cape Canaveral, FL, USA
- Country: USA
- Country: USA
- Record
- SN06178061-F 20211118/211116230123 (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 |