Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOURCES SOUGHT

Y -- Information Systems Facility (ISF) for White Sands Missile Range, New Mexico

Notice Date
1/25/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-18-U-2801
 
Archive Date
3/2/2018
 
Point of Contact
Amanda Lane, Phone: 8178661033
 
E-Mail Address
amanda.n.lane@usace.army.mil
(amanda.n.lane@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Information Systems Facility (ISF) WHITE SANDS MISSILE RANGE, NEW MEXICO This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project to construct a state of the art Information Systems Facility (ISF) and a Communications Center. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate. Statement of Work: The Government is seeking qualified, experienced sources capable of constructing an Information Systems Facility (ISF) and a Communications Center with redundant power, an Intrusion Detection System (IDS) and connection to the Energy Monitoring and Control System (EMCS). The facilities will have state of the art network systems, telephonic, voice, and enterprise storage equipment to support installation wide communication network services. The project includes administrative offices, laboratory space, a server farm area, enterprise storage systems, telephone switch room, information assurance secure operations center, customer support branch, data center Non-classified Internet Protocol Router (NIPR) Network space, Network Operations Center (NOC), secure room with vault for Outside Plant (OSP), Red NOC, Communications Security (COMSEC), Technical Support Network(TSN) data center, computer help desk, Secure Video Teleconferencing Center (VTC), telecommunications center, Secret Internet Protocol Router (SIPR) Network data center, reception area, conference room, battery storage area, break room and, rest rooms. Heating and air conditioning will be provided by self-contained system. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. 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 (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 625 Tons). Scope may include Demolition of 2 buildings at White Sands Missile Range, NM (22,180 Total SF). In accordance with FAR Part 36, the estimated construction price range is more than $10,000,000.00. The Estimated duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. The Federal Supply Code (FSC) is Y1BG. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about November 2018, and the estimated proposal due date will be on or about January 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST 15 February 2018 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Primary: Eugene Gibbs, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: eugene.a.gibbs@usace.army.mil Secondary: Amanda Lane, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: amanda.n.lane@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-18-U-2801/listing.html)
 
Place of Performance
Address: White Sands Missile Range, New Mexico, United States
 
Record
SN04800002-W 20180127/180125231445-899843ed7c5ecfec7302a416b692f39c (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.