SPECIAL NOTICE
Y -- Notice of Intent - for the Justification and Approval to negotiate and award, on a sole source basis, construction of the National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Campus in the St. Louis, MO metropolitan area.
- Notice Date
- 7/29/2015
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ15R4006
- Archive Date
- 7/28/2016
- Point of Contact
- Jay Denker, 816-389-3934
- E-Mail Address
-
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE) Kansas City District, Contracting Division intends to negotiate and award, on a sole source basis, one or more contracts to one General Contractor (GC) for the construction of the National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Campus in the St. Louis, MO metropolitan area. The GC will be selected based on a full and open FAR Part 15 best value tradeoff competition on FBO in early FY2016. The selected GC will be awarded a firm-fixed-price C-type preconstruction services contract to collaborate with the Architect-Engineer (AE) and the agency on the design's constructability within budget and schedule. The selected GC's preconstruction services do not require performance by a registered or licensed architect or engineer. The selected GC will agree to a binding management fee for the future firm-fixed-price construction contract(s). The construction contracts awarded on a sole-source basis will be design-bid-build. The construction contract(s) will include options for operations and maintenance of the facilities for up to 4 years after the campus is completed. The Contracting Officer will establish the reasonableness of the contract prices, the GC will provide certified cost or pricing data when required by FAR 15.403-4, along with data other than certified cost or pricing data as necessary to establish a fair and reasonable price. FAR 15.402. The sole source contract(s) will be for construction of the integrated campus on a constrained site. The campus will include the following facilities: a. Main Operations Building (approximately 800,000 sf) b. Central Utilities Plant (approximately 38,000 sf) c. Structured Parking (approximately 1,000,000 sf) d. Visitor Control Center (approximately 7,300 sf) e. Remote Vehicle/Truck Inspection Facility (approximately 6,500 sf) f. Associated Site improvements (roads, utilities, landscaping) g. Installation of Furniture, Fixtures, and Equipment (FF&E), Initial Outfitting and Transition (IO&T), and Installation of Secure Mission Production Equipment. h. Post Construction Operation and Maintenance for approximately 4 years The magnitude of construction resulting from this Notice of Intent is estimated to be over $500,000,000 and is subject to availability of funds. The construction contract(s) will establish the terms and conditions upon which the contractor will perform a wide variety of construction tasks necessary to complete the construction of the N2W Campus, and to operate and maintain the campus after project delivery. The proposed contract action is for construction services that the Government intends to solicit and negotiate with only one source pursuant to Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Per FAR 6.302-1(a)(2)(iii), these services are deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, or unacceptable delays in fulfilling the agency's requirements. Based on the agency's market research, selecting a GC other than the one conducting preconstruction services to construct the campus will result in substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency's requirements. The intent is to solicit a competitive action for the Pre-Construction services with a binding management fee for the follow on construction contracts related to the NGA program, and the one responsible source J&A will cover the follow-on construction contracts based on the competition for the Pre-construction services. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A solicitation will be issued in FY2016 to select the contractor. At this time, any System for Award Management (SAM) registered firm that believes it can meet the requirement may give written notification to the Contracting Officer in the form of a capability statement. Supporting evidence in sufficient detail that demonstrates the ability to comply with the requirement listed must be furnished to the point of contact listed below by 10:00 AM CDT on Thursday, August 13, 2015. A determination by the Government not to compete the proposed contract(s) based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement for the proposed contract(s). The USACE, Kansas City District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. This acquisition falls under Classification Code Y, Construction of Structures and Facilities; and the North American Industrial Classification System code 236220, Commercial and Institutional Building Construction with a size standard of $36,500,000. The capability statement should include the following: 1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. 2. Indicate your firm's interest in providing a proposal on the pending pre-construction services solicitation which would include the follow-on sole source construction contracts 3. USACE intends to award the follow-on construction effort on a sole source basis to the contractor competitively selected for the pre-construction services. Please explain how this acquisition approach aligns with your firm's business practices and why this approach may be in the best interest of accomplishing the N2W campus. 4. Does industry believe that it would be as affective to have one contractor provide pre-construction services and separate competitive contracts to provide the construction services? Please explain your firm's position. 5. Experience: Evidence of capabilities to perform work comparable to that required for this project (e.g. pre-construction services, management of construction of a large intelligence agency complex with strict security standards). Provide two recent relevant/comparable projects (not more than ten years old). Include the project name; dollar value of the project; description of the key/salient features of the project. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars). Responses are due by 10:00 a.m. CDT, Thursday August13, 2015 to the e-mail below. Contracting Office Address: USACE, Kansas City District, 601 E 12th St, Kansas City, MO 64131 Point of Contact(s): Jay Denker, Contract Specialist Phone: 816-389-3934; email: Jay.B.Denker@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ15R4006/listing.html)
- Record
- SN03815280-W 20150731/150729235936-7df8d5500292071638f852eafdb731fa (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 |