SOLICITATION NOTICE
Y -- Building 3250
- Notice Date
- 3/19/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-15-R-0020
- Point of Contact
- Melissa Renee McMillan-Cox, Phone: 4436547235
- E-Mail Address
-
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation notice for a new construction contract. The proposed procurement is being solicited on an unrestricted basis. The NAICS Code is 236220 with a small business size standard of $36,500,000.00. This procurement is being advertised as a Two Phase Request for Proposal (RFP). The magnitude of construction is between $25,000,000 and $100,000,000. The completion period is expected to be approximately 548 calendar days from notice to proceed. The scope of this project will include the construction of an integrated training facility with special use of space for an indoor weapons training and shooting range and a Sensitive Compartmented Information Facility (SCIF). Facilities include a multi-story administration and teaching facility, a high bay training support facility and a single-story support facility. The construction also includes Intrusion Detection Systems (IDS), Energy Monitoring Control System (EMCS), fire protection and alarm systems, mass notification systems, etc. Supporting facilities include site development, site improvements, paving, vehicle parking, roadways, curb and gutter, utilities and connections, site lighting, signage, storm drainage and other site improvements. Sustainable construction features complying with and meeting the minimum requirements for Leadership in Energy and Environmental Design (LEED) Silver Certification. Measures in accordance with the Department of Defense (DOD) Minimum Antiterrorism for Buildings standards must be provided. The facility shall be LEED Silver certifiable under the most current rating scheme available. The project will be designed and constructed in accordance with the Uniform Federal Accessibility Standards (UFAS)/Architectural Barriers Act (ABA), and Antiterrorism Force Protection (ATFP) standards. Unified Facilities Criteria (UFC) is to be an integral part of design consideration. The Government is utilizing a Two Phase Best Value approach to select the Prime Contractor. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering both price and technical factors. It is anticipated that Phase 1 will be released on or about April 6, 2015 with proposals due 30 days after issuance. Phase 1 of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. Please note that all Corps of Engineers acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access package. Phase 2 of the solicitation will only be available to those offerors selected to advance to Phase 2. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0020/listing.html)
- Place of Performance
- Address: Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Record
- SN03672871-W 20150321/150319234955-1d2ffb4331f0546bb6b1ed380df5ce12 (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 |