Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
SOLICITATION NOTICE

Y -- National Geospatial-Intelligence Agency (NGA) Campus East (NCE) - Third Floor Build Out at the Tech Center, Springfield, VA.

Notice Date
4/16/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-R-0019
 
Response Due
5/1/2012
 
Archive Date
6/30/2012
 
Point of Contact
KAREN LYNN JOHNSON, 703-806-3771
 
E-Mail Address
USACE District, Baltimore
(karen.l.johnson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: Unrestricted Procurement The U. S. Army Corps of Engineers (USACE) Baltimore District plans to solicit a firm-fixed price construction contract to the Offeror using Best Value Trade-Off Analysis based on evaluation of Offeror cost and technical proposals and established evaluation factors identified in the contract solicitation schedule to be issued on or about 2 May 2012. The anticipated award date will be on or about June 2012. This announcement is for the construction of National Geospatial-Intelligence Agency (NGA) Campus East (NCE) - Third Floor Build Out at the Tech Center located in Springfield, VA. PROPOSAL PERIOD: The proposed solicitation is scheduled for release on or about 2 May 2012. A Request for Proposal (RFP) is contemplated utilizing a best value source selection procedure as described in FAR 15.3 with a 30 day response time after issuance. In using this approach, the Government seeks to award a contract to the offeror who gives the Government the greatest confidence that they can meet our requirements. Estimated magnitude range of this acquisition is between $25,000,000.00 to $100,000,000.00. All contractors must be registered in the Central Contractor Registry (CCR) database to be eligible to receive award http://www.ccr.gov and have completed the On-line Representations and Certifications at http://orca.bpn.gov. The entire solicitation will be posted at this website https://www.fbo.gov. Telephone requests will not be honored. STATEMENT OF WORK 1.0OBJECTIVE: The Issued-For-Construction (IFC) package for the NGA Third Floor Build Out of the Technology Center contains completed drawings and specifications for fitting out 29,500 SF room that currently has a bare concrete floor depressed 3' from grade, CMU walls and concrete ceiling with pendant industrial lights. The work will transform this space into a state of the art Data Center with Tier 2 plus reliability and concurrent maintainability with a power density of 150 watts/SF designed around a hot aisle/cold aisle cooling concept. This project will upgrade critical IT infrastructure for NGA, doubling the size of the data center in Springfield, VA. 2.0SCOPE OF WORK: Provide and install a fully functional Data Center with Tier 2 plus reliability on the third floor of the NCE Technology Center. A Tier 2 Data Center guarantees 99.741% availability provided by redundant capacity components and single non-redundant distribution paths serving the site's equipment. The Data Center will have UPS and engine generators with a capacity design of Need plus One (N+1), with a single power path. While this is not a complete listing of the scope requirements, following are some specific features of the Data Center further described within the IFC package: 2.1Installation of a raised access floor with stringers grounded to form an equipotential reference plane for the IT racks (provided as GFE equipment) that the contractor will secure to and ground to this floor. 2.2Architectural work includes acoustic ceiling, furred gypsum drywall on existing CMU walls, demountable partitions with integral doors, painting, signage and a thorough cleaning after construction is complete to meet data center standards as specified by the International Organization for Standardization Class 8 in accordance with ISO 1466-1. 2.3Mechanical work consists of installation of 50+ Computer Room Air Conditioning (CRAC) units, chilled water distribution piping, pre-action sprinkler system, chilled water pumps, ductwork, fans and a hydrogen detection system (for UPS battery rooms) as well as a new cooling tower and chiller in the Central Utility Plant. 2.4Electrical work includes Power Distribution Units and Remote Power Panel installation in the new data center and all under floor receptacles to power the computer equipment. Due to the criticality of this facility each piece of computer equipment is fed from 2 different sources to provide redundancy in case of failure of one source. The electrical system must be installed with redundancy so that failure on any one component will not cause a failure of the IT equipment. Additionally, the electrical system involves installation of 2 large Uninterruptable Power System arrays of batteries, new rotary uninterruptable systems, new switchgear, new multi-ended unit substations and bus ducts, lighting and options for up to 3 backup diesel generators located outside the Central Utility Plant. 2.5Controls systems work includes expansion of the existing photoelectric fire alarm system. There is an option to replace this with an aspirating laser scanner fire alarm system. Additionally, an expansion and tie in to the existing building automation system and power monitoring system are in the scope of this project. It is critical that this be done seamlessly to avoid losing any control and monitoring capability to the existing 24x7, 365 day/year data center. 2.6Telecom work includes installation of a multi level cable tray system and installation of telecom cabling from the existing operational computer room to the new data center. Access to the existing data center will be severely limited due to operations and all work must be done under security escort. 2.7Contractor will need to work in this space under a joint use arrangement with other follow on contractors specifically for IT and security installations. 3.0SCHEDULE: Upon award, the Contractor shall develop a proposed schedule for the completion of all work as described in Section 2.0 above and as further described in the IFC documents. The schedule shall be developed in accordance with all contract requirements and submitted for review and approval no later than thirty (30) calendar days from receipt of the Notice to Proceed (NTP). 3.1NGA desired BoD is April 2013. The performance duration will not exceed 14 months (426 calendar days) beyond NTP. 4.0SECURITY: 4.1The existing data center is a secure facility located on the 4th floor of the Technology Center and must remain operational 24x7 hours/day, 365 days/year throughout the construction of this project. Routine outages impacting other areas of the Technology Center or elsewhere on the NGA Campus will NOT BE PERMITTED. Any outages that must occur will have to be coordinated through an agency outage control board. This process takes 1 month and is subject to last minute changes due to mission impacts. 4.2This project occurs in an operational Sensitive Compartmented Information Facility (SCIF) so all activities in the project scope will be performed under the supervision of government provided escorts. Work hours, access to the NGA site, access to the work area will all be restricted and must be coordinated. These restrictions may include: US workers only, no cellular phones, no cameras, no recording devices, subject to search at any time, inspection of all materials/tools/equipment, pre-coordinated access and approval of any personnel. Utilization of the 'E-Verify' System will likely be required for all personnel & workers accessing the site. 5.0OTHER: The contractor shall conform to the installation policy regarding vehicle and personnel access and any special tenant security requirements. The contractor shall comply with all requirements for preparation of the Health and Safety plan, in particular, any confined space entry as required as part of this SOW will be conducted per the Health and Safety Plan and applicable Federal, State and Local requirements. All data, reports, submissions, and other materials under this delivery order are property of the US Government and shall not be released by the Contractor or his/her affiliates without written approval by the Contracting Officer. Upon completion of the contract, the Contractor shall provide copies of all documentation and unused project information to the Government for use or disposal as appropriate. 6.0OPTIONS: 6.1Aspirating Laser Scanner Fire Alarm System. 7.0PERIOD OF PERFORMANCE: 14 months (426 calendar days) from award date. PLEASE NOTE THE SPECIFIC REQUIREMENTS ASSOCIATED WITH THIS PROJECT LISTED BELOW: The contractor shall participate in monthly Schedule Management Integrated Project Team (SM IPT) and Risk and Opportunity Management (ROM) IPT meetings and actively support meeting activities to promote schedule analysis and integration and risk and opportunity identification and management efforts. The contractor shall provide monthly schedule updates to the DCE Program Schedule Manager in coordination with the USACE Project Manager. Updates shall be posted as complete schedules per cycle established by the SM IPT. The contractor shall provide monthly risk and opportunity updates to the DCE Program Risk and Opportunity Manager in coordination with the USACE Project Manager. Updates will be to mitigation and exploitation plans associated with identified assigned Risks and Opportunities per cycle established by the ROM IPT. Occasionally, the contractor shall be requested to add milestones to their schedule (with appropriate schedule logic) to facilitate schedule and risk assessments by the SM IPT and ROM IPT respectively. These requests will come from the DCE Schedule Manager and/or Risk and Opportunity Manager and be coordinated through the USACE Project Manager. Occasionally, the contractor shall be requested to add schedule coding fields to their schedule to facilitate integration and analysis activities by the SM IPT and DCE Schedule Manager. These requests will come from the DCE Schedule Manager and be coordinated through the USACE Project Manager. CONTRACTORS WILL BE RATED AGAINST THE FOLLOWING FACTORS: Factor 1 -Experience in Relevant Projects Factor 2 -Past Performance Evaluations for Experience in Relevant Projects Factor 3 -Management and Control of Projects Factor 4 -Past Performance Evaluations for Management and Control of Projects Factor 5 -Technical Approach Factor 6 - Small Business Participation Plan Factor 7 -Price PROPOSAL PROCEDURES: The Best Value Trade-Off Analysis contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The media through which the Government chooses to issue this solicitation will be the Internet only. The solicitation will not be issued in paper. No phone or fax request for copy of solicitation will be accepted. All questions shall be submitted via email to, Karen L. Johnson, Contract Specialist, Karen.l.johnson@usace.army.mil or Frank W. Bodsford, Project Manager, franklin.w.bodsford@usace.army.mil POINT OF CONTACT: Karen L. Johnson, Contract Specialist, e-mail Karen.l.johnson@usace.army.mil and Rhonda P. Sturdavant, Contracting Officer, e-mail Rhonda.p.sturdavant@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02723018-W 20120418/120416234932-4a0cdd01f4c3838314452420d05f1455 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.