Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2023 SAM #7710
SOLICITATION NOTICE

Y -- PN92793 - JSOC OPERATIONS FACILITY ANNEX

Notice Date
1/4/2023 9:55:23 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM23R0003
 
Response Due
1/20/2023 11:00:00 AM
 
Point of Contact
Nicolette Campbell, John T. C. Hill, Phone: 9102514451
 
E-Mail Address
nicolette.l.campbell@usace.army.mil, john.t.hill@usace.army.mil
(nicolette.l.campbell@usace.army.mil, john.t.hill@usace.army.mil)
 
Description
W912PM23R0003; PN 92793 JSOC Operations Facility Annex, Fort Bragg, North Carolina The U.S. Army Corps of Engineers, Wilmington District, intends to issue a solicitation for construction of an Operations Facility Annex located at Fort Bragg, North Carolina. The contractor shall provide all personnel, management, tools, materials, supervision, general and specialized equipment, and services necessary to construct a new 25,260 SF Operations Facility Annex. The scope of work includes administrative, mission planning areas, vehicle bays, climate-controlled pallet storage with lift, Petroleum, Oil and Lubricants storage, arms vaults, individual unit caged storage, engineering workshops, latrines with lockers, and laundry. Also includes space for a Secure Compartmentalized Information Facility with administrative area, 50-person classroom, operations center, and Special Access Programs. Project will also provide fire alarm/mass notification, fire suppression system, telephone and advanced unclassified and classified communications network, intercom system, closed circuit surveillance and electronic access control systems, integrated commercial intrusion detection system, cable TV, a protected distribution system, and connection to the energy management control system. Department of Defense principles for high performance and sustainable building requirements will be include in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. Supporting facilities include site development, utilities and connections, lighting, lightning protection system, walks, curbs, and gutters, vehicle parking, access road, bus access area, storm drainage, landscaping, fencing and other site improvements. Supporting facilities are costlier due to long utility runs to the remote project site. Heating and air conditioning will be provided by self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Building standards will be provided. Comprehensive building and furnishings related interior design services are required. Electronic security systems and audio-visual services are included. Cyber Security Measures will be incorporated into this project. Access for persons with disabilities will be provided. No demolition or disposal is included in this project. Air Conditioning (estimated 25 Tons). Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The contract issued will be Firm Fixed Price. The North American Industry Classification System (NAICS) code is 236220 � Commercial and Institutional Building Construction and the size standard is $39,500,000.00. The Magnitude of Construction of this project is between $10,000,000 and $25,000,000. This solicitation will be issued in electronic format only and will be available on or about January 20, 2023. This solicitation will be offered as an unrestricted solicitation. It is the Government�s intent to award a single Firm Fixed Price. Any award made from the upcoming solicitation will be in accordance with the Best Value-Tradeoff source selection process. Offerors must be registered in the System for Award Management (SAM) to be eligible for an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website athttp://www.sam.gov. � After completing SAM, to download documents Contractors and their subcontractors must register at https://sam.gov/. To locate solicitation, Contractors can go to the https://sam.gov/ website and search for the solicitation number under �Contract Opportunities�. Contractors can register to be put on an interested vendors list that others can access through the https://sam.gov/ site. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Ms. Nicolette L. Campbell, Contract Specialist at email nicolette.l.campbell@usace.army.mil, or Contracting Officer, Mr. John T.C. Hill, email john.t.hill@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers Wilmington District, CESAW-CT-M, 69 Darlington Ave Wilmington, North Carolina 28403-1343 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aef2429d43b54efcbe7acfcb294f961e/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN06555939-F 20230106/230104230107 (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.