SOLICITATION NOTICE
Y -- Command & Control Integration Facility (C2IF), Aberdeen Proving Ground, MD
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-R-0015
- Point of Contact
- Denise M Detitta, Phone: 215-656-6775, Michelle J Bertoline, Phone: 215-656-6914
- E-Mail Address
-
Denise.M.DeTitta@usace.army.mil, michelle.j.bertoline@usace.army.mil
(Denise.M.DeTitta@usace.army.mil, michelle.j.bertoline@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is 100% set-aside for Small Business. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Separate technical and cost proposals will be evaluated based on Best Value. A firm fixed price contract will be awarded to construct a new Command & Control Integration Facility (C2IF) at the Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance (C4ISR) Campus, Aberdeen Proving Ground, Harford County, MD. The work is comprised of two elements; a 1-story building containing racked warehouse storage areas, software integration and loading areas, and a mezzanine containing administrative support space, totaling approximately 75,930 gross square feet (GSF) on a 7 acre site. A large asphalt and concrete-paved shipping and receiving area with eight (8) dock locations, a pervious parking area for tactical vehicles and POV parking comprises the second element of the project. The building structure is primarily pre-engineered structural steel frame, with concrete slabs on grade. The roof construction will be insulated metal deck on a sloping steel structure. Exterior skin shall be a combination of insulated metal sandwich wall panels. The project also includes new domestic water supply, fire water services, sanitary and storm water distribution, and electrical distribution. Demolition of four (4) environmentally-impacted warehouse structures, two (2) facility support structures and associated utilities will be included with this contract. This complex shall be constructed to meet USGBC requirements for a LEED Silver Certifiable project. Construction of this building shall be in compliance with UFC 04-010-01 and 04-010-02 Anti-Terrorism Force Protection regulations dated January 19, 2007. The Estimated cost range for this procurement is $10M to $25M. The NAICS Code for this project is 236220 and the small business size standard is $33.5 million. The contractor must also comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance are required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. Issue date is on or about March 22, 2010 with bids due on or about April 21, 2010. Award will be made to the best overall proposal, which is determined to be the most beneficial to the government. The evaluation factors, listed in descending order of importance are as follows: Factor 1 - Construction Schedule; Factor 2 - Management Experience of Key Personnel; Factor 3 - Past Performance; Factor 4 - Management Plan; and Factor 5 - Cost/Price. Factors 1 through 4, when combined, are significantly more important than Factor 5, Cost/Price. Detailed evaluation factors and/or sub-factors will be set forth in the solicitation package. The solicitation documents will only be available via the Fed Biz Ops (FBO) homepage located at https://www.fbo.gov/. The solicitation may be downloaded free of charge to all interested parties. The media through which the Government chooses to issue this solicitation is the Internet only. Bidders are responsible for printing paper copies of the solicitation; no paper copies will be issued. No written or faxed requests will be accepted. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the solicitation number and the name of the particular contract specialist for that project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) database to be considered for award of a federal contract. For information regarding registration, access the CCR website at http:/www.ccr/gov. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0015/listing.html)
- Record
- SN02084352-W 20100307/100305235433-078c6779bb4d754a10fb982871f3ca4f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |