Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2020 SAM #6902
SOLICITATION NOTICE

Y -- Cyber Operations Facility

Notice Date
10/20/2020 11:35:11 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621B2013
 
Response Due
11/4/2020 7:00:00 AM
 
Archive Date
01/10/2021
 
Point of Contact
Natalie Dridge, Phone: 7572017233, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
Natalie.Dridge@usace.army.mil, dianne.k.grimes@usace.army.mil
(Natalie.Dridge@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Cyber Operations Facility at Joint Base Langley Eustis�Langley, Hampton, VA This is a pre-solicitation notice.� This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice. The U.S. Army Corps of Engineers-Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of a Cyber Operations Facility at Joint Base Langley Eustis-Langley, Hampton VA.� This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. The requirement will be 100% Small Business Set-Aside. The applicable NAICS code 236220, Commercial and Institutional Building Construction with a Business Standard of $39.5 Million.� The Government intends to award a firm-fixed price (FFP) Sealed Bid contract with two (2) base line items and five (5) option line items.� The Statutory Cost Limitation is $9,028,000. This effort will require the services of construction firm capable of constructing the Cyber Operations Facility which includes a Sensitive Compartmented Information Facility (SCIF) and operation support area to conduct training operations.� The new facility will incorporate 10,400 gross square feet on a single level.� Site work will include import of fill material to raise the finish floor elevation above the floodplain, utility connections, parking lot, and stormwater management features.� Building is being designed in accordance with Technical Specification for Construction and Management of Sensitive Compartmented Information Facilities (ICD 705) and construction contractor will be required to adhere to a construction security plan. The contract completion date will be 550 calendar days after notice to proceed. Contractors will be required to submit bonding documents prior to award. The Government intends to award a firm fixed priced contract to the responsible bidder whose proposal conforms to the terms of the IFB notice, is determined fair and reasonable, and has been determined responsive in accordane with the IFB with DRC process. The apparent successful bidder shall be required to submit sufficient documentation to the Contracting Officer to enable an affirmative determination of responsibility with respect to the general standards of responsibility. In addition to the general standards of responsibility, the Government has developed special standards of responsibility for this procurement in accordance with FAR 9.104-2 (Definitive Responsibility Criteria). The apparent successful bidder shall submit prior construction experience to demonstrate it possesses the specialized experience to perform the requirements if awarded the contract. The Government reserves the right to validate the matters responsive to all responsibility criteria through review of CPARS and other DOD or Government appraisal systems. THE APPARENT SUCCESSFUL BIDDER WILL BE REQUIRED TO SUBMIT MATTERS RESPONSIVE TO THE GENERAL AND DEFINITIVE RESPONSIBILITY CRITERIA WITHIN 48 HOURS OF BID OPENING. The IFB and accompanying documents will be issued electronically and will be uploaded to the beta.sam website (https://www.beta.sam) on or about 04 November 2020. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring beta.sam to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders must be registered in the System for Award Management (SAM) in order to be eligible for award. For inquiries about this synopsis, please contact Natalie Dridge at natalie.dridge@usace.army.mil or Dianne Grimes at Dianne.k.grimes@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1e787d41adf840318a88496aff347ce1/view)
 
Record
SN05832361-F 20201022/201020230141 (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.