SOLICITATION NOTICE
Y -- SATCOM-WSOC Landstuhl USAG
- Notice Date
- 11/2/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Wiesbaden, CMR 410 BOX 7, APO, 09096, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB13R0009
- Archive Date
- 12/1/2012
- Point of Contact
- Glenn Adams, Phone: 061197442723, Jeff Harrington, Phone: 061197442660
- E-Mail Address
-
glenn.adams@usace.army.mil, jeffrey.harrington@usace.army.mil
(glenn.adams@usace.army.mil, jeffrey.harrington@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SATCOM-WSOC Landstuhl USAG Synopsis: The U.S. Army Corps of Engineers, Europe District plans to enter into a Firm Fixed Price (FFP) Contract for a Design-Bid-Build project for construction of a Satellite Communications (SATCOM) Wideband SATCOM Operations Center (WSOC) to be located at the United States Army Garrison (USAG) Landstuhl, Germany. The WSOC building complex comprises four (4) independent structures with a total of two (2) major functional units: Structure BT1 - Main building with all required occupancy units of the Wideband SATCOM Facility; Dimensions approximately 60.6m x 38.0m and roof height of approximately 7.0m. With a gross floor space of approximately 2,300 m2. The WSOC includes operations rooms, equipment rooms, training and conference rooms, private offices, general administration areas, storage and supply rooms, an equipment maintenance area, personnel and security support areas as well as exterior antenna pads and interconnection to a new NETCOM facility, which will be built under a separate contract. Project requires Intrusion Detection System (IDS) installation, Energy Monitoring and Control Systems (EMCS) connection; fire, smoke, enunciation and suppressions systems. Structure BT3 - Three (3) technical buildings (mechanical, sprinkler and power plant) with the gross floor space of approximately 1,200 m2. Supporting Facilities - Include site development, utilities and connections, lighting, access road, parking, walks, curbs and gutters, storm drainage, information systems, relocation of fencing, landscaping and signage. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be part of the project. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be included as well as access for individuals with disabilities. Responses are desired from firms who can demonstrate recent experience and good past performance in construction of similar facilities. The Technical qualifications of the construction firm (Experience, Past Performance and Management Approach) along with the submitted Price will be evaluated by the Government in accordance with FAR 15.304 and award will be made to the overall Best Value. The contract will be awarded and paid in Euro. The estimated magnitude of construction is over $10,000,000 to $25,000,000. The maximum construction duration is 487 calendar days. This is an unrestricted procurement. The North American Industrial Classification System Code (NAICS) is 236220. The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpp) Web Site http://www.fedbizopps.gov. It is the Offeror's sole responsibility to obtain the solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its contents and functionality prior to the solicitation issue date. It is estimated that the solicitation will be issued on or about 19 November 2012 with a site visit on or about 17 Dec 2012, and an estimated closing date of 14 January 2013 for Technical Proposals and 31 January 2013 for Price Proposals. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. Visit the SAM website at www.sam.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Contracting Point of Contact for this Solicitation is Mr. Glenn Adams/ glenn.adams@usace.army.mil Tel: +49 (0)611 9744-2723. The Alternate Contracting Point of Contact is Mr. Jeffrey Harrington/ jeffrey.j.harrington@usace.army.mil Tel: +49 (0)611 9744-2660.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB13R0009/listing.html)
- Record
- SN02923964-W 20121104/121102234259-95c2e082d40f763378704fae309c1b0e (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 |