Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SOLICITATION NOTICE

Y -- Design-Bid-Build Distributed Common Ground Support (DCGS) Operations Facility, Beale AFB, California

Notice Date
2/19/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-14-R-0008
 
Response Due
4/23/2014
 
Archive Date
5/23/2014
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
USACE District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is proceeding as a Full and Open Unrestricted Request for Proposal (RFP). Estimated Cost Range is between $ 25,000,000.00 and $ 75,000,000.00 Period of Performance for Design and Construction: 870 Days This Procurement will be conducted under FSC CODE: Y1JZ, NAICS Code: 236220. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Connie Newell, e-mail Connie.L.Newell@usace.army.mil or FAX: No.: (916) 557-5278, or U.S. Army Corps of Engineers, Military Construction CECT-SPK, 1325 J Street, Sacramento, CA 95814-2922 JOB DESCRIPTION: This is a Design-Bid-Build project to construct a new 85,000 square foot two-story DISTRIBUTED COMMON GROUND STATION (DCGS) OPERATIONS FACILITY utilizing conventional design and construction methods to accommodate the mission of the facility. The facility should be compatible with applicable Department of Defense (DoD), US Air Force and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Project includes utilities, fire detection/suppression system, intrusion alarms, special secure and controlled infrastructure (multi-network, reliability/redundancy criteria), pavements, site improvements, landscaping, communications/IT support and parking, environmental (wetland and vernal pool) mitigation, and demolition of existing facilities including the structural steel Tech pad shelter, pre-manufactured buildings under the shelter, the entry control point structure, surrounding fencing and a small parking lot.. This project will comply with DoD Antiterrorism/Force Protection requirements per Unified Facility Criteria. Facility includes space for workstations and associated racks and communications equipment; mechanical space; warehouse space; and command staff offices. Facility is sized to accommodate crew size based on number, duration, and frequency of worldwide intelligence, surveillance, and reconnaissance (ISR) sorties derived from programmed Air Force ISR sensors and detailed in the AF DCGS Master Plan. The facility is required for permanent installation of multiple ground sensor platforms and associated control systems. Key features: Majority of the building's occupied space will be in a secure and controlled environment in accordance with the Intelligence Community Directive, ICD/ICS 705. The facility includes an Entry Control Point as the single point of access to secure areas. Operations Support includes Mission Planning, crew briefing rooms, NIPRNet and SIPRNet-level communications, work space for uncleared personnel and a Wing Contingency Command Center. A Data Center will support cabinets for weapons systems and other mission server equipment. The RFP is anticipated to be posted on or about 24 March 2014. Proposals are due on or about 23 April 2014, 3:00 pm (Pacific). A SITE VISIT/PRE-PROPOSAL CONFERENCE IS: On/Or About 2 April 2014 @ 1000 Hours (Pacific Local Time), Main Gate, Beale AFB, California. Specific date, time and location will be identified in the solicitation. All PROPOSALS will be due on/or about 23 April 2014/3:00 pm Pacific. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (SAM) Registration (https://www.sam.gov/portal/public/SAM/). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be SAM registered, and have a DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-14-R-0008/listing.html)
 
Place of Performance
Address: US Air Force Flight Beale AFB CA
Zip Code: 95903
 
Record
SN03291181-W 20140221/140219234550-13014e85a05e52e707f02ea77c28b9f9 (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 |
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.