Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2022 SAM #7679
SOLICITATION NOTICE

Y -- Joint Crytologic Center (JCC) Construction

Notice Date
12/7/2022 12:50:49 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F23R0006
 
Response Due
12/22/2022 3:00:00 PM
 
Point of Contact
Michele Renkema, Amanda Eaton
 
E-Mail Address
michele.a.renkema@usace.army.mil, Amanda.E.Eaton@usace.army.mil
(michele.a.renkema@usace.army.mil, Amanda.E.Eaton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construction of the Joint Cryptologic Center (JCC) at Buckley SFB, Colorado: This project will be executed using a Design-Bid-Build (DBB) project delivery method, which will require the contractor to provide the government with a complete facility and warranty based on the Request for Proposal (RFP). The RFP will be best-value tradeoff.� The estimated construction cost of this project is between $25,000,000 and $100,000,000.� The project includes construction of one (1) JCC facility. Construct an 30,000 square foot (SF) multi-story facility for operational training and administrative to support the National Security Agency Colorado (NSAC) and Service Cryptologic Elements. The facility will include shared training and conference space, flexible administrative areas, storage, and support spaces. The primary facility will be a two-story masonry structure constructed with a concrete slab-on-ground floor, load-bearing concrete masonry unit walls, and metal roof deck supported by steel joists. Facility related control systems include cybersecurity features in accordance with Department of Defense (DoD) criteria. Physical security mitigation will be in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Facilities will be designed as permanent construction and in accordance with DoD standards for high performance, and sustainable facilities will be included in design construction of the facility in accordance with federal laws and Executive Orders. Life-cycle cost-effective practices will be integrated into the design, development, and construction of the project to include energy consuming systems. Supporting facilities include connections to electric, water, sewer, and gas services. Asphalt parking, road pavement, and concrete walkway will be provided. Site work consists of landscaping (trees, shrubs, turf grass), storm drainage and other necessary site improvements to make a complete and usable facility. Low Impact Development (LID) including storm water management features are included. Demolition and disposal of known buried asbestos containing soil is required. Secure communications infrastructure and cabling will be provided. Competition for this contract will be restricted to Small Business Only. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding small business size standard of $39.5M.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cea9de83b954439a37fd277d70bae1e/view)
 
Place of Performance
Address: Aurora, CO 80010, USA
Zip Code: 80010
Country: USA
 
Record
SN06537245-F 20221209/221207230056 (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.