Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2024 SAM #8147
SOLICITATION NOTICE

Y -- : USACE SPK DBB Construction � Naval Research Laboratory (NRL) Data Center, Camp Roberts, CA

Notice Date
3/16/2024 8:36:25 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824B0007
 
Response Due
5/17/2024 11:00:00 AM
 
Archive Date
06/01/2024
 
Point of Contact
Constantinos Laliotitis, Phone: 9165577621
 
E-Mail Address
constantinos.laliotitis@usace.army.mil
(constantinos.laliotitis@usace.army.mil)
 
Description
Project Description: CAMP ROBERTS DATA CENTER, Monterrey / San Luis Obispo County, CA Anticipated Posting Date: 15 March 2024 Pre-Solicitation Notice Number: W9123824B0007 SAM Posting Title: USACE SPK DBB Construction � Naval Research Laboratory (NRL) Data Center, Camp Roberts, CA SAM Posting Description: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of a new Data Center (Building 19000) in support of the Presidio of Monterey (POM) Enclave and Naval Research Laboratory at Camp Roberts, California. The project is anticipated to include construction of a single-story building using an insulated concrete form (ICF) with a thermoplastic polyolefin (TPO) roof system, rated risk category III for wind and seismic loads, site development with parking, landscaping, utilities extension, development of a septic system to support the operations facility and an adjacent facility, and other incidental construction. The Data Center is anticipated to consist of five (5) zones - lobby, office, Telecommunications Equipment Room (TER), receiving, and utility - that will support the Large Antenna Project (LAP) and Small Antenna Project (SAP). The LAP and SAP projects will be designed and constructed by different Contractors, under separate contracts, from any solicited Data Center requirement, which is anticipated to result in required coordination between awarded Contractors. The Data Center will be constructed next to the new LAP. The Government anticipates site grading will be required around the building to include construction of a retaining wall, 2:1 fill slope, and grading to an elevation 5-feet below the finish floor elevation of the proposed Data Center, with maximum slope to not exceed 10 percent (10%). The Government anticipates technical power will be provided by a 2N 480-volt uninterrupted power supply (UPS) system for server cabinet equipment including continuous-duty, three-phase, double-conversion, online rectifier / charge, battery, inverter, system with protective devices, continuous-duty static transfer switch, and synchronizing and phase lock circuitry and controls to provide regulated, uninterrupted, and conditioned power to the loads. The TER is anticipated to be served by multiple computer-rated air conditioning units in an N+1 arrangement, so standby capacity will always be available. Ventilation air will be required to be ducted in the server rooms from a constant variable air volume box supplied by the air handling unit, which will require 24-hour operation. The Government anticipates construction work can be completed within eighteen (18) months from date of award. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i) the magnitude of construction for the anticipated project is between $10,000,000 and $25,000,000. The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a firm-fixed price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1BG, Construction of Electronic and Communications Facilities. The solicitation is anticipated to be issued on an unrestricted, �full and open competitive basis, through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about� 08 April 2024 with bids due approximately 17 May 2024. The Government intends to conduct a ��site visit; the date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through SAM.gov when available. Requests for schedule updates may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be758238dd47470d9675741b233096d4/view)
 
Place of Performance
Address: San Miguel, CA 93451, USA
Zip Code: 93451
Country: USA
 
Record
SN06999300-F 20240318/240316230043 (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.