MODIFICATION
Y -- Intelligence Community Campus - Bethesda (ICC-B) - Solicitation 1
- Notice Date
- 4/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-R-0012
- Response Due
- 5/21/2012 11:00:00 AM
- Archive Date
- 5/30/2013
- Point of Contact
- Carlen Capenos, Phone: 410-854-0739
- E-Mail Address
-
carlen.capenos@usace.army.mil
(carlen.capenos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Division 1 Specifications Task Order Matrix in 'Excel' RFI log Attachments in 'Word' for contractor use. Solicitation for W912DR-12-R-0012 - ICC-B SATOCC The Baltimore District Corps of Engineers, Real Property Services Field Office, issues this solicitation notice for a Single Award Task Order Construction Contract for the Intelligence Community Campus - Bethesda project (ICC-B). This is a task order construction contract that will include both design-build and design-bid-build task orders. One contractor will be selected for award. The overall project consists of renovating the existing 36 acre former National Geospatial Agency campus in Bethesda, MD to house the Intelligence Community Campus - Bethesda (ICC-B). This effort includes connecting the three primary buildings with a new Centrum. The site will accommodate approximately 3,000 personnel. Funding will come yearly and individual projects will be issued via task orders. Funding is expected in fiscal years 12 through 16. It is anticipated that task orders will be issued in the $10-80M range and may be one to three a year. Anticipated work for the resultant contract will include, but may not be limited to, a broad variety of major and minor repair, modification, rehabilitation, alterations, design-build, design-bid-build and new construction projects in support of the ICC-B Campus. Work performed will include both secure and non-secure task orders. A Top Secret Facility Clearance is required at the time the offer is due and at time of award and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified in block 14 of the Standard Form 1442 must have the Top Secret Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active Top Secret Facility Site Clearance. Even if both Company A and Company B each individually posses the clearance, unless Company AB posses its own Top Secret Facility Site Clearance, the proposal will not be eligible for award. This proposed procurement is unrestricted. The NAICS code 236220, with a size standard of $33,500,000.00. The resultant contract will be issued for a five year period. The total capacity for the contract will be $499,000,000.00. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1- Bid Guarantee. The Government is utilizing a Two Phase Best Value approach to select the Prime Contractor. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering both price and technical factors. Phase 1 is released 19 April 2012 with proposals due on 21 May 2012. Phase 1 of the solicitation is provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. Please note that all Corps of Engineers acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access package. Phase 2 of the solicitation will only be available to those offerors selected to advance to Phase 2. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted. Phase 2 will include a design build seed project for the Centrum project. The last day to submit Requests for Information is 10 May 2012. All RFIs shall be submitted in writing utilzing the RFI Spreadsheet that is posted with the solicitation. RFIs shall be submitted in writing to Carlen Capenos via email at carlen.capenos@usace.army.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-03-20 22:33:57">Mar 20, 2012 10:33 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-04-19 12:16:10">Apr 19, 2012 12:16 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0012/listing.html)
- Record
- SN02726704-W 20120421/120420000430-6d66a7e6cb35e6e7cb7e83f91d9ce68d (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 |