Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2019 FBO #6279
SOLICITATION NOTICE

Y -- SNL/CA Data Center Replacement Facility

Notice Date
1/30/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PO Box 5800 MS: 0115 Albuquerque NM 87185
 
ZIP Code
87185
 
Solicitation Number
BOW_id_849
 
Response Due
2/22/2019
 
Point of Contact
Wendy Dolstra , Subcontracting Professional, Phone 925-294-1244
 
E-Mail Address
wvdolst@sandia.gov
 
Small Business Set-Aside
N/A
 
Description
**Interested offerors shall respond via the Sandia Business Opportunities Website: http://www.sandia.gov/working_with_sandia/prospective_suppliers/business_opportunities_site.html** National Technology and Engineering Solutions of Sandia (NTESS) is seeking a subcontractor to provide construction for the purpose of furnishing all materials, labor, tools, equipment, and services necessary to construct an approximately 8,900 gross square foot (GSF), single story Data Center Building on a green-field location at Sandia National Laboratories located in Livermore California. The total information technology (IT) load for the new building is approximately 600 kW. Major Data Center building features shall include: interior Data / IT Server Room of approximately 5,000 GSF, Point of Entry (POE) Room, Mechanical and Electrical Equipment Rooms, exterior Mechanical and Electrical Equipment Yard, Unisex Restroom, Entry Room, Loading Area Room, Systems Operations Center Room, site work, site utility connections (power, domestic water, fire water, sewer), fire alarm/ protection systems (fire alarm, sprinkler), security intrusion alarm system, primary and back-up mechanical and electrical equipment / systems. A Request For Quotation (RFQ), including the construction drawings and specifications, will be provided by NTESS to Offerors meeting all the mandatory requirements. Informative: • If a Request for Quotation (RFQ) results from this posting and the supplier meets the specified requirements, the supplier may be provided an RFQ at a later date. • Labor Category Crosswalk to Service Contract Act (SCA) or Davis Bacon Act (DBA) Wage Determination - A wage determination may be applicable to any resulting contract. Accordingly, if an RFQ is issued, all interested offerors shall identify in their proposal response any class of SCA or DBA applicable service employees proposed to perform work under any resulting contract and either directly or indirectly match all proposed labor classes to those specifically listed in the applicable wage determination. Failure to provide the required information may render a proposal non-responsive. • Buy American Certification - The Buy American Act may be applicable. If a Request for Quotation (RFQ) is issued, all offerors shall be required to supply a Buy American Certification. Failure to provide the required information may render a proposal non-responsive. • North American Industry Classification System (NAICS) Code Verification - The applicable NAICS code for this project is 236220 Commercial and Institutional Building Construction. NTESS reserves the right to set this procurement aside to Offerors that are considered small businesses for this NAICS code but may allow other than small business Offerors for this NAICS code to participate dependent upon number of qualified Offerors responding to this opportunity and their ability to meet all the mandatory requirements contained herein. The size standard for 236220 is $36.5M. For more information on Size Standards, please visit: https://www.sba.gov/federal-contracting/contracting-guide/size-standards. Offerors are encouraged to register and/or update their profiles in the System for Award Management (SAM) for NTESS to verify. • Safety - NTESS will require an approved IIPP document as specified in RFQ. In addition to required IIPP elements, NTESS will require specific programs / policies for the following: Fall Protection, Ladder Safety, Control of Hazardous Energy, Confined Space, Hazard Communication, Respiratory Protection, Hearing Conservation, Fire Prevention, Industrial Equipment, Scaffolding, Vehicle and Traffic Safety, Personal Protective Equipment, Training and Refresher, and Process for Identifying/Mitigating Risk. • General - NTESS will require a written description, as specified in the RFQ, of three (3) data center and/or similar complex building construction projects, each of individual contract value greater than $10,000,000.00, within the last five (5) years. The three (3) data center and/or similar complex building construction projects within the last five (5) years shall be any combination of the following types: new data center building construction, new central utility plant construction, new hospital building construction. Proposal shall include contact references for each of the three (3) projects, and delineate percentage of construction work self-performed by the Offeror. Mandatory Requirements: • Experience - Offeror shall have experience in the capacity of constructing, and managing all aspects of, three (3) data center and/or similar complex building construction projects, each of individual contract value greater than $10,000,000.00, within the last five (5) years. The three (3) data center and/or similar complex building construction projects within the last five (5) years shall be any combination of the following types: new data center building construction, new central utility plant construction, new hospital building construction. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Jobsite Presence - Offeror shall provide a full time jobsite Superintendent, and maintain a trailer on the jobsite for the duration of the entire duration of the subcontract. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Licenses - Offerors and / or their lower tiered subcontractors shall have the following valid California licenses: General Engineering Contractor (A) or General Building Contractor (B), Electrical Contractor (C10), Fire Protection Contractor (C16), Warm-Air Heating, Ventilating, and Air-Conditioning (C20). Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Bonding - Offeror shall have a minimum of at least $10,000,000.00 for a single bond/project (not aggregate limit). Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Experience Modification Rating (EMR) - Offeror's California EMR shall be less than one (1) for the previous four (4) years. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Citizenship -U.S. Citizenship is required for all personnel performing work. • OSHA Incident Rate Offeror's Occupational Safety and Health Administration (OSHA) Total Recordable Case Rate shall be at 4.0 or below for the past four calendar years. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Fatalities - No construction related fatalities for the Offeror or any lower tiered subcontractor over the past four (4) years. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Safety - Offeror shall have an Injury Illness Prevention Plan (IIPP) that is compliant with Title 8 of the California Code of Regulations (T8CCR) Section 3203. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Debarment Status - Offerors shall not be on the Government Debarred List as debarred, suspended, or proposed for debarment. Offeror shall attest in its response to this posting it meets or does not meet this requirement. • Register to do business with NTESS - Offeror shall register to do business with NTESS by setting up an entity account in iSupplier, please visit: http://www.sandia.gov/working_with_sandia/prospective_suppliers/index.html • Availability - Offeror shall be available to fully support construction of the new Data Center Facility during the Period of Performance estimated May 13, 2019 through July 31, 2020. **Interested offerors shall respond via the Sandia Business Opportunities Website: http://www.sandia.gov/working_with_sandia/prospective_suppliers/business_opportunities_site.html ** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOE/SNL/SN/BOW_id_849/listing.html)
 
Place of Performance
Address: Sandia National Laboratories 7011 East Avenue Livermore, CA
Zip Code: 94550
Country: US
 
Record
SN05206739-F 20190201/190130230012 (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.