Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOLICITATION NOTICE

Y -- East Campus Parking Structure - Statement of Affliation

Notice Date
3/18/2014
 
Notice Type
Presolicitation
 
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-14-R-0030
 
Archive Date
5/3/2014
 
Point of Contact
Melissa A. Svetich, Phone: 443-654-7857
 
E-Mail Address
melissa.a.svetich2@usace.army.mil
(melissa.a.svetich2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Offerors wishing to receive specifications and drawings are required to submit the 'Statement of Affliation'. This is a pre-solicitation notice for the East Campus Parking Structure 1 (ECPS1). The project will be a Firm-Fixed-Priced construction project on a restricted access area at Fort George G. Meade, MD The procurement is being solicited on an unrestricted basis. The NAICS Code is 236220 with a small business size standard of $33,500,000.00. This procurement is being advertised as a Single Phase Request for Proposal (RFP). In accordance with DFAR 236.204, Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $25,000,000 and $100,000,000. The completion period is expected to be 838 calendar days from notice to proceed. Additional project details include the following: The parking garage footprint is approximately 308' x 182'. Two thirds of the parking garage extends to eight elevated levels with parking on the ground level (9 levels total). The remaining third of the parking structure extends to 7 elevated levels with parking on the ground level (7 levels total). The post-tensioned, cast-in-place concrete structure will accommodate approximately 1380 parking spaces. Surface parking lots on either side of the parking garage will provide an additional 380 spaces. The structure consists of a set of double-threaded helix ramps with cross-overs on the fourth and eighth levels. An elevator/stair tower with 3gearless traction elevators and an open-air egress stair tower are on opposite sides of the structure. The deep foundation system uses steel H-piles driven approximately 50 VLF. The parking structure is classified as an "Open Parking Structure" by building code. The north and south facades are architectural precast spandrels and architectural metal mesh panels. The east and west facades use an infill treatment of vinyl-coated chain link fabric to allow for removal for future expansion of the parking garage on either side. The project site is approximately 11 acres on an existing campus development project. The site civil work includes the installation of the SWM features and the aforementioned parking lots. Utility installation includes a 480/277V transformer and life safety generator which tie into existing electrical ductbanks. Sewer and communication lines will also be connected to adjacent existing lines. Specifications and Drawings will only be released to Offerors who are free from Foreign Ownership, Control and Influence (FOCI). Offerors wishing to receive specifications and drawing are required to submit the "Statement of Affiliation" form posted with this pre-solicitation notice. All Offerors, whether prime offerors or subcontractors, have to be verified for compliance with DFARS 252.209- 7001, Disclosure of Ownership or Control by a the Government of a Terrorist Country, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.2209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. The verification process must be completed prior to release of drawings and specifications to any offeror. An electronic copy of the Statement of Affiliation must be submitted to Melissa Svetich at Melissa.A.Svetich2@usace.army.mil. Originals from the prime offerors and their subcontractors will be required to be submitted with the proposal submission. If an Offeror receives the drawings and specifications and declines to offer, then the original Statement of Affiliation shall be submitted with the return of the drawings and specifications. A contract will not be awarded to a firm or subsidiary of a firm if it is determined to be under significant FOCI from governments or countries that support terrorism or are considered critical intelligence threats. Subcontractors identified in the proposal are subject to the same eligibility determination. If the U.S. Government determines there is, or may be, FOCI, then the U.S. Government may seek clarification to make a final determination whether the Offeror is eligible to receive the drawings and specifications. If an Offeror is not determined to be free of significant FOCI issues, the Offeror may be required to submit a mitigation strategy in writing that must be approved by the U.S. Government, otherwise the Offeror may be ineligible for further award consideration. If FOCI concerns cannot be mitigated to the satisfaction of the U.S. Government then the Offeror may be determined to be ineligible to receive the drawings and specifications. This determination is solely at the discretion of the U.S. Government. Being denied access to the documents or specifications, or receiving them in a delayed manner, as a result of FOCI processing is not cause for a protest or an extension of the response period. Additionally, only U.S. persons, as defined in 8 U.S.C. 1101(a)(20) or 8 U.S.C. 124b(a)(3), may work on this site or have access to any of the documents. It is anticipated that the solicitation will be released on or about 1 May 2014 with proposals due on or about 3 June 2014. Offerors are encouraged to submit the Statement of Affiliation as soon as possible. Additionally, any subcontractor of the offeror who will require 50% or more of the design documents must also submit Statement of Affiliation paperwork. Offerors will be notified as to their eligibility to receive drawings and specifications when a decision is made. The initial solicitation will be posted on FedBizOpps. Drawings and specifications will need to be picked up at The Real Property Services Field Office located in Annapolis Junction, MD and will only be released to those determined to be free of FOCI. Potential offerors are requested to submit their Statement of Affiliations as soon as possible but no later than 18 April 2014. A determination will be made prior to the release of the solicitation for all offerors who submit this information by 18 April 2014. The U.S. Government will not make this same guarantee for those that submit this information after 18 April 2014. All are notified that the offer acceptance period will not be extended due to the offerors not receiving the drawings and specifications at the time of the release of the solicitation due to not submitting the Statement of Affiliation by 18 April 2014. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holder 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 the package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-R-0030/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland, United States
 
Record
SN03313091-W 20140320/140318234503-32c1b1f4521bef713e92eccd4a9c788d (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.