SOLICITATION NOTICE
Y -- Access Control Points in support of the NGA program St. Louis, MO
- Notice Date
- 5/24/2022 10:34:29 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ22R7001
- Response Due
- 6/20/2022 10:00:00 AM
- Point of Contact
- Jay Denker, Phone: 8163893934, Angelique Oldsen, Phone: 8163892111
- E-Mail Address
-
Jay.B.Denker@USACE.Army.mil, angelique.m.oldsen@usace.army.mil
(Jay.B.Denker@USACE.Army.mil, angelique.m.oldsen@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice � W912DQ22R7001 The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a 100% Small Business Set-Aside Design-Bid-Build solicitation for a single Firm Fixed-Price, construction contract for Access Control Points (ACP) in support of the National Geospatial Intelligence Agency�s (NGA) West Facilities Modernization (WFM) program in St. Louis, MO. The solicitation is expected to be available on or about 21 June 2022 on the Federal website at SAM.gov. The ACPs will be used to support checking of personnel IDs and inspection of personnel vehicles prior to providing controlled access to the Main Operations Building (MOB) and Central Utility Plant (CUP). The ACPs require inbound and outbound lanes, gatehouses, ID check booths, overwatches, vehicle inspection areas, and both passive and active vehicle barrier systems. The ACP approach and access control zones will be encompassed by a security fence combined with a 3-wire passive vehicle barrier from the entrance to the ID check/Gatehouse area. Requirement is to construct two Access Control Points (ACP) with a minimum of 4 ID check booths, gatehouses, overwatches, and covered inspection areas. This project includes fire alarm systems, building information systems, and infrastructure for Intrusion Detection System (IDS), Electronic Security System (ESS), and Emergency Monitoring and Control System (EMCS) connections. The active components of these systems will be installed by a follow-on contractor. The project also includes supporting facilities such as electrical service, water, sewer, paving, walks, curb and gutter, storm drainage, site improvements, and sustainability / energy measures. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction). The estimated magnitude of this project is over $10,000,000. The estimated performance period for completion of construction is 540 calendar days from Notice to Proceed (NTP). Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. Registration If your firm is interested in this solicitation please send an e-mail to Angelique Oldsen and Jay Denker at Angelique.M.Oldsen@usace.army.mil� and Jay.B.Denker@usace.army.mil indicating you would like to be notified when the solicitation is posted to Sam.gov website.� Register soon as possible, but not later than 13 June 2022, please provide your firm�s name, company, phone number and e-mail address, Unique Entity Identification (UEI) number and Cage code.� Site Visit � A site visit is tentatively scheduled from 9:30 � 12:00 on June 30, 2022.� If you know your firm is interested in this project and plans to attend the Site Visit, please Register (as stated above) and request the information needed for the security team so they can start the vetting process needed to enter the site. A Proposal Guarantee will be required with your proposal in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance and Payment Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. Points of Contact: The points of contact for all questions/inquiries is Angelique Oldsen at Angelique.M.Oldsen@usace.army.mil� and Jay Denker at phone number (816) 389-3934 or by email at Jay.B.Denker@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/802ffa16f83d45989e8e718485994189/view)
- Place of Performance
- Address: Saint Louis, MO 63106, USA
- Zip Code: 63106
- Country: USA
- Zip Code: 63106
- Record
- SN06336639-F 20220526/220524230121 (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 |