Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

Y -- INTEGRATED TECHNOLOGY INFRASTRUCTURE UPGRADES (ITIU) - DD 254

Notice Date
11/9/2018
 
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, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
PANNAD19P0000000874
 
Archive Date
12/8/2018
 
Point of Contact
LEILA S. MILLER, Phone: 443-654-7286
 
E-Mail Address
leila.s.miller@usace.army.mil
(leila.s.miller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ATCH 1 to DD 254 DRAFT DD 254 The U.S. Army Corps of Engineers, Baltimore District, Real Property Services Field Office (RSFO) has a requirement for design-build construction services for a MILCON project to design, furnish, and install six SCIF-rated telecommunications rooms (TR) and upgrade the outside cable plant. Background: The project location is at Site R at the Raven Rock Mountain Complex (RRMC) in Blue Ridge Summit, PA. The six TRs shall be constructed inside an existing secured facility which was built in approximately 1950. This project will provide upgraded data and communications capacity to meet increased service density and standard network cabling distance limitations. Scope of Work: The contractor shall design, furnish, and install six vertically aligned (two stacks of three TRs each) SCIF-rated TRs. The TRs shall be constructed in accordance with ICD/ICS 705 standards. The contractor shall design, furnish, and install a redundant backbone system and the supporting infrastructure requirements of the structured cabling system to support the facility's Information Technology (IT) and Platform Information Technology (PIT) systems for network, telephone, and CATV/ CCTV horizontal cabling requirements. The contractor shall perform demolition and architectural reconfiguration as required of the designated spaces inside the facility to construct the new TRs. The contractor shall provide remediation and/or abatement for all hazardous materials found within the project boundaries. Security Restrictions: See attached DRAFT DD 254 and Attachment 1 The Government is seeking interested contractors that can provide the stated construction services. The intent of this RFI is to conduct market research per FAR 10.002 and FAR 15.201. This RFI shall not be construed as a formal solicitation or an obligation for the Government to acquire any supplies or services. Further, this RFI does not guarantee a solicitation will be issued. Costs associated with any submission shall not be reimbursed by the Government. The requirement will be a Firm-Fixed-Price (FFP) Design-Build (DB) construction contract. Anticipated Performance Period: 18 Months The anticipated North American Industry Classification System (NAICS) for this requirement is 236220. The magnitude of construction for this project is between $5,000,000 and $10,000,000. Submission Requirements: 1. Company name, address, phone number, email, CAGE Code, point of contact (POC) name. 2. A narrative statement demonstrating your firm's capability and experience in design-build (DB) construction projects of a similar nature as described above valued at $5M or greater. Include specific information regarding the following criteria: a. Experience in telecommunications room design b. Experience in telecommunications room construction c. Experience in SCIF design d. Experience in SCIF construction e. Experience performing construction inside an existing classified facility f. Experience in MILCON construction g. Experience with environmental remediation services (i.e. asbestos mitigation & abatement) 3. A narrative statement demonstrating your firm's past performance in meeting stated objectives/requirements. Your response should include the following information: details of similar projects (within the past 5 years) to include contract number, dates of construction, project references (including owner with phone number and email address), size and scope of project. Responses are due by the posted response date of this notice via email to leila.s.miller@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/PANNAD19P0000000874/listing.html)
 
Record
SN05148979-W 20181111/181109230540-7bb40fac14ec2eb50ecf628714e5b277 (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.