Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
SOLICITATION NOTICE

Y -- Construct Secure Annexes at Baumholder, Germany

Notice Date
10/12/2023 1:16:15 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB24R0011
 
Response Due
10/27/2023 8:00:00 AM
 
Archive Date
06/15/2024
 
Point of Contact
Alysha A MacDonald, Phone: 0114961197442026, Kristina Morrow, Phone: 4961197442481
 
E-Mail Address
Alysha.A.MacDonald@usace.army.mil, kristina.morrow@usace.army.mil
(Alysha.A.MacDonald@usace.army.mil, kristina.morrow@usace.army.mil)
 
Description
Pre-Qualification Announcement� Update - DSS Top Secret Facility Clearance is no longer required.� A Secret Security Facility Clearance is the minimum security requirement. This announcement seeks information from industry and serves as the synopsis notice in accordance with FAR 5.201.� The information provided will be used for preliminary planning and pre-vetting purposes. No proposals are being requested or accepted with this announcement. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. 1. AGENCY: �United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220 Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Baumholder, Germany 4. ANTICIPATED PROJECT TITLE: �Level Six Secure Annexes, Baumholder 5. ACQUISITION INFORMATION:� NAU anticipates soliciting and awarding a single Stand Along (C-Type) contract for the construction of four Secure Site Annexes (SSAs), associated single combined secure storage laydown area, access control inspection sites, and scanning areas at each Annex facility, utilities, and adjacent existing facility connections for the Special Operations Forces Command (SOF). Primary facilities include the Annexes, Cyber Security measures, Sustainability and Energy measures, anti-terrorism / force protection (AT/FP) measures and building information systems.� Secondary facilities include information systems, mechanical equipment, utility connections, and exterior site improvements to include Architectural Barriers Act (ABA) accessibility upgrades, tenant amenities, and ATFP compliance.� The objective is to provide secure operational facilities for the relocation of US Special Operations Command units to Smith Barracks, Baumholder, Germany to meet strategic mission goals. The period of performance is anticipated to be 1,095 calendar days from issuance of the Notice to Proceed. This acquisition will be an unrestricted action under full and open competitive conditions, open ONLY to US Firms who have an active Defense Security Service (DSS) Secret Facility Clearance and who pass the vetting process.� Small and Small Disadvantaged Business requirements are waived for this project due to its location Outside of the Contiguous United States (OCONUS), which means that this procurement and administration of the ensuing contract will use United States (US) procurement laws and regulation. 6. PROJECT DESCRIPTION: The work includes the design of temporary security structures to include fencing around each construction site and the secure storage logistics area (SSLA), access control facilities at the SSLA and at each explicit construction site, and a secure storage area; construction of the temporary security structures; and construction of four (4) secure site annexes in Baumholder, Germany.� The total square footage for all four annex sites will not exceed 26,470 square feet.� 7. PRE-QUALIFICATION: The purpose of this announcement is to pre-vet eligible contractors. �If your firm does not respond to this announcement, provide the required information below, and / or is not favorably pre-vetted, you will NOT be allowed to review the solicitation or associated documents or respond to the request for proposals.� 8. RESPONSES: Potential Offerors shall provide a one page document with a minimum of the following: Contractor�s name, complete address, phone number, email address, CAGE code, authorized individual to speak and sign on behalf of the firm and a signature of the individual, and the Security Officer point of contact for the firm. Joint Ventures need to submit the agreement with CAGE code and Security Officer for the joint venture. Evaluation Method: The Government will determine the Offeror�s DSS Secret Facility Clearance status. Offeror�s who do not possess a Secret Facility Clearance will be considered ineligible for award and will not be provided the solicitation documents.� Additional vetting shall be done and should the Government determine the potential offeror does not meet ICS 705-1 requirements, they will also be determined ineligible for award. 9. RESPONSES DUE: All interested contractors should submit responses via email by 1700 hours Central European Summer Time on 27 October 2023. Submit responses and information to Contract Specialist Alysha MacDonald at Alysha.a.macdonald@usace.army.mil AND Contracting Officer Kristina Morrow at kristina.k.morrow@usace.army.mil. ��No hard copies will be accepted. 11. QUESTIONS: �Questions regarding this Announcement may be directed to Contract Specialist Alysha MacDonald at Alysha.a.macdonald@usace.army.mil AND Contracting Officer Kristina Morrow at kristina.k.morrow@usace.army.mil. ��� Important Note:� * Prior to solicitation, Contractors are required to be registered in the System for Award Management (SAM), all information required is current and up to date and have an active Procurement Integrated Enterprise Environment account (Procurement Integrated Enterprise Environment (PIEE) (eb.mil)).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b67be6a47894f40be00fd2f43780851/view)
 
Place of Performance
Address: Baumholder, DEU
Country: DEU
 
Record
SN06858164-F 20231014/231012230049 (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.