Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2020 SAM #6680
SOLICITATION NOTICE

C -- Design-Build Construction of JPRA CCMSF

Notice Date
3/12/2020 7:45:25 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW20R0032
 
Archive Date
04/15/2020
 
Point of Contact
Debbie Knickerbocker, Contract Specialist, Phone: 206-764-6804, Susan Newby, Contracting Officer, Phone: 206-764-6754
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, susan.f.newby@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, susan.f.newby@usace.army.mil)
 
Description
Description: Design and Construction Services for Joint Personnel Recovery Agency (JPRA) Command/Control Mission Support Facility (CCMSF) located at White Bluff Campus, Spokane, Washington For Information Only: This synopsis is a notification that a solicitation is anticipated and forthcoming. All question regarding this synopsis should be submitted in writing (via e-mail) to the individual(s) noted below. The U.S. Army Corps of Engineers (USACE) Seattle District (NWS) has a requirement for and intends to procure design and construction services for a Command and Control Mission Support Facility of approximately 2781 square meters at the JPRA White Bluff Campus in Spokane, Washington. Building will require third party certification of High Performance and Sustainable Building Guiding Principles Compliance (HPSBGPC) using either US Green Building Council (USGBC) or Green Building Initiative (GBI). The facility will have concrete masonry veneer exterior with metal wall panel accents and insulated metal roof, and be outfitted with automatic fire sprinklers, mass notification and alarm systems, and infrastructure for intrusion detection for connection to the installation. All associated infrastructure (including cybersecurity) and pavement necessary for the building, its access, and occupant parking are included as part of this project. This project also includes a new access control feature into the White Bluff Campus, with Control Gate and Security Check House of approximately 93 square meters, as well as partial demolition of existing buildings totaling approximately 153 square meters.� Anticipated construction period and length of contract is two (2) years. The new facility must meet Department of Defense criteria, Air Force policies, Executive Orders, and other applicable laws and regulations. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, and the associated small business size standard is $39,500,000 in average annual receipts. The solicitation will be a Two-Phase Design Build competitive acquisition in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Subpart 36.2 entitled ""Two-Phase Design Build Selection Procedures."" We will first solicit proposals for Phase One. Firms that wish to be considered may provide technical qualifications in accordance with instructions in the solicitation. The construction contract limit (CCL) is $12.1 Million. 100 percent payment and performance bonds will be required. The submittals will be evaluated utilizing the processes defined in FAR 36.303-1. After evaluating Phase One proposals, the contracting officer shall select the most highly qualified offerors. Those firms will move on to Phase Two of the process for additional evaluation based on information and criteria in the official solicitation document. THIS PROJECT WILL BE PROCURED AS�AN UNRESTRICTED PROCUREMENT: On or about March 27, 2020, the solicitation documents for this project will be available via the official U.S. Government website at https://www.beta.SAM.gov/ under solicitation number W912DW20R0032. You must be registered with the website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.beta.SAM.gov .� If you would like to list your firm so others can see you are an interested vendor, you must add yourself by selecting the Interested Vendors�button in the listing for this listed opportunity. Point of Contact: The point of contact individual for administrative or contractual questions is Ms. Debbie Knickerbocker, email debbie.a.knickerbocker@usace.army.mil.� Please, no phone calls.� All questions must be submitted in writing to the above point of contact. Do not ask technical questions at this time, as answers to technical questions will be available through an online system during the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca6297d7b07c491f9bd833bb876c0d45/view)
 
Place of Performance
Address: Spokane, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN05586762-F 20200314/200312230138 (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.