SOLICITATION NOTICE
Y -- CONSTRUCTION OF FORT GREELY COMMUNICATIONS CENTER, FORT GREELY, ALASKA (FTG233)
- Notice Date
- 9/2/2020 1:12:48 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB21R0004
- Response Due
- 9/17/2020 2:00:00 PM
- Archive Date
- 11/01/2020
- Point of Contact
- MELISSA LYNN, Phone: 9077532894, Kimberly D. Tripp, Phone: 9077535690
- E-Mail Address
-
melissa.k.lynn.civ@mail.mil, kimberly.tripp@usace.army.mil
(melissa.k.lynn.civ@mail.mil, kimberly.tripp@usace.army.mil)
- Description
- This is a pre-solicitation notice for a single phase, unrestricted Request for Proposal (RFP) for the construction of the Fort Greely Communications Center.� The Fort Greely Communications Center will provide a new communications capability to provide the Warfighter with a redundant capability at the Missile Defense Integration & Operations Center (MDIOC) utilizing communications which are separate and independent of the existing Readiness and Control Building (RCB). This fully designed facility includes High Altitude Electromagnetic Pulse (HEMP), Electromagnetic Interference (EMI), Nuclear Biological and Chemical Contamination Survivability (NBCCS), ballistic protection and seismic Risk Category V features. This project also includes an extensive amount of site work to include the installation of communications duct banks throughout the Missile Defense Complex (MDC) which interface with the Missile Fields and Readiness and Control Building. There will be several power and communication interfaces with existing mission critical facilities within the MDC. Response date of 01 November 2020 is based on issuance of the RFP on or about 18 September 2020. The procurement will be conducted using single phase source selection tradeoff process described in FAR 15.101-1.� The award will be based on the best overall value to the Government considering the non-price factors described in the RFP and price.� The Government will evaluate proposals in accordance with the evaluation rating systems outlined in the selection procedures of the RFP. �Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date is 15 March 2021 with a construction completion date no later than 30 September 2022.� Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds.� Should Congress not appropriate funds, the solicitation will be cancelled.� If the project is cancelled, all proposal preparation costs will be borne by the offeror.� This project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award.� All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/).� Joint ventures must also be registered in SAM as a joint venture (reference the RFP, Section 00 21 00, paragraph 1.12 for further information about joint ventures).� We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award.� Lack of registration in the SAM database will make an offeror ineligible for award. NAICS Code of Acquisition: 236220. The Small Business size standard is $39,500,000. SELECTION CRITERIA:� This acquisition will evaluate offerors considering the following factors: Specialized Experience, Technical Approach, Project Execution Schedule, Organization, Past Performance (Confidence Assessment), Extent of Small Business Participation, and Price.� The overall evaluation of the non-price factors is considered significantly more important than price. OBTAINING THE SOLICITATION:� The solicitation will be available electronically from Beta SAM website (https://beta.sam.gov/).� On the Beta SAM website, vendors will need to utilize the Vendor Opportunities Search function and enter applicable solicitation number to Search by Solicitation/Award Number.� The solicitation and any future amendments to the solicitation will be available for download via the Beta SAM website; however, due to the large size of the files for the Plans and Specifications, Offerors are required to provide the name, e-mail address, and phone number of their selected point of contact (POC) to the Contract Specialist, Melissa Lynn via e-mail at: melissa.k.lynn@usace.army.mil, phone number: 907 753-2894 in order to have their name added for access to the Plans and Specifications uploaded to the DOD Safe site on the date the solicitation is released. The deadline for submission of POC information is 01 October 2020 by 2:00PM Alaska Time. Offerors who have responded by the deadline with POC information will be provided the RFP specifications and drawings via the DOD Safe Website starting on the release date of the solicitation. �Prospective Offerors are encouraged to provide their information prior to the release of the solicitation to ensure timely access to the Plans and Specifications. �All responsible sources may submit an offer in the form and format described in the solicitation which will be considered by the agency.� All notifications of changes to this solicitation shall be made through the internet only.� It is the offeror�s responsibility to check for any posted changes to this solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2cf9c6c293a14d968c7ea3ae2d105569/view)
- Place of Performance
- Address: Fort Greely, AK 99731, USA
- Zip Code: 99731
- Country: USA
- Zip Code: 99731
- Record
- SN05783923-F 20200904/200902230139 (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 |