Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

Y -- EAST CAMPUS BUILDING 4 (ECB4), FORT GEORGE G. MEADE, MARYLAND

Notice Date
10/21/2020 11:18:46 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20R0003
 
Response Due
11/12/2020 8:00:00 AM
 
Archive Date
11/27/2020
 
Point of Contact
Sierra S. Marshall, Contract Specialist, Phone: 240-636-9615
 
E-Mail Address
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
 
Description
Amendment 0001 (October 21, 2020): Solicitation W912DR20R0003 is hereby amended to provide official responses to ProjNet Bidder Inquiries, provide revisions to section 00 21�16 of the solicitation and extend the proposal response date and time from 11-Nov-2020, 11:00 AM EST to 12-Nov-2020, 11:00 AM EST. All other terms and conditions remain unchanged. See the attached amended solicitation dated October 21, 2020 for additional details. ************************************************************************************************************************************************** Original (September 30, 2020): East Campus Building 4 (ECB4), Fort George G. Meade, MD Project Description: The project consists of constructing a new State-of-the-Art operations facility at approximately 858,000 gross square feet (GSF) in size including supporting facilities with associated site work and environmental measures. The facility will be built on Fort George G. Meade, Maryland. The primary facility will be comprised of a multi-story structure with full basement. The facility includes open office areas, operations areas, collaboration spaces, food market, fitness center and remote learning/unclassified VTC areas. The mission support areas provide joint staff offices, executive offices, machine rooms, storage, and meeting rooms. The project consists of core and shell structure and foundation; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. The primary facility is not a standard design. The majority of the structure will be built to Sensitive Compartmented Information Facility (SCIF) standards. Project includes redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design. Site infrastructure will include primary electrical service to the site, water, sewer, and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards and roads. Perimeter security reconstruction and extension is required with road improvements. The project also includes a multi-level modular parking structure to support approximately 3,240 parking spaces with future expansion capability, pedestrian bridges connecting the adjoining East Campus User buildings and the parking structure and preparations for future bridge connection to potential future adjoining buildings Acquisition Description: This is a competitive acquisition for the award of a Fixed Price Award Fee (FPAF), Two-Phase Design-Build (DB) construction C-type contract. It is anticipated to be solicited on an unrestricted basis. The contract will be awarded to the Offeror whose proposal represents the ""Best Value"" to the Government based on the tradeoff process in Phase I and II. The best value determination will be based on a comparative assessment of proposals against all source selection criteria in the solicitation, considering recommendations and any minority opinions presented to the Source Selection Authority (SSA). While the SSA may use reports and analyses prepared by others, the source selection decision shall represent the SSA's independent judgment. This is Phase I of a Two-Phase request for proposal (RFP) issued in accordance with FAR Subpart 36.3. This RFP is requesting submission of proposals under Phase I submission criteria ONLY. After evaluating Phase I proposals, the Contracting Officer will select the most highly qualified Offerors and request that only those Offerors submit proposals for Phase II. It is the Government�s intention to advance up to three (3) of the most highly qualified Offerors from Phase I to Phase II.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a92d0056709f48e59126b37781efbafc/view)
 
Place of Performance
Address: Fort George G Meade, MD, USA
Country: USA
 
Record
SN05834456-F 20201023/201021230138 (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.