SOLICITATION NOTICE
Z -- $95M Tentative Renovation in Secure Spaces (TRSS)
- Notice Date
- 2/24/2020 1:16:34 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- W9128F20R0010
- Archive Date
- 03/16/2020
- Point of Contact
- Ericka Collins, Glenda A Canty
- E-Mail Address
-
ericka.t.collins@usace.army.mil, glenda.a.canty@usace.army.mil
(ericka.t.collins@usace.army.mil, glenda.a.canty@usace.army.mil)
- Description
- Solicitation Number: W9128F20R0010 Notice Type: Pre-solicitation Synopsis: This solicitation is UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. W9128F20R0010 � On or about 17 March 2020, the Government intends to issue one solicitation for a $95M Tentative Renovation in Secure Spaces (TRSS) Phase 2 Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) suite with a target of five (5) contracts. Task orders will be firm-fixed price (FFP). This contract is intended to replace the first unrestricted Tenant Renovation in Secure Spaces (TRSS) MATOC which was awarded in July 2015. This MATOC will have a total period of performance of seven (7) years from the date of award, to include a four (4) year base period with one three (3) year option period. The minimum guarantee amount for each contract to include the option period(s) is $2,500.00. This indefinite delivery, indefinite quantity (IDIQ) contract is for facility renovations and repair requirements for the Defense Intelligence Agency (DIA), Defense Attach� Offices (DAO) located in U.S. diplomatic facilities worldwide, in support of the Northwestern Division, Omaha District and its customers. Projects will require a final product that will meet, if not exceed, United States Government (USG) accreditation requirements. The intent of this replacement TRSS MATOC is to meet regulatory requirements and guidelines for Department of State (DoS) Bureau of Overseas Building Operations (OBO) Building Permit, Construction Security and Department of Defense (DoD) secure space accreditation. The scope is further limited to contractors with Top Secret security clearances to complete on-site renovation construction in secured spaces in US embassy facilities. Offerors must have a valid US security clearance of Secret and Top Secret as defined in the summary of work in order to respond to this RFP. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). The Government is not willing to accept any risk associated with or caused by firms not possessing proper security clearance prior to solicitation issuance. This acquisition will be accomplished in a two-step process: Step 1: Solicitation will require submission of CAGE Code, for the Government to verify Corporate Facility Clearances (FCL) and will close on or about 31 March 2020. Step 2: Amendment to the Solicitation will be issued only to those offerors determined to have a valid FCL and will close on or about 7 May 2020. The work will be for qualified contractors who have experience and meet qualifications to perform Department of Defense (DoD) secure space renovations within U.S. Embassies worldwide. The Primary North American Industry Classification System (NAICS) code for this solicitation is 236220, Commercial and Institutional Building Construction, with a size standard for Small Business of $39.5 million. This industry classification comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. This industry classification includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry classification are commercial and institutional building general contractors, commercial and institutional building operative builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms. Per FAR 36.101(c), the predominant part of the work is construction work effort as defined in NAICS 236220. The work will consist of construction activities including, but not limited to, restoration, repair, enhancement, maintenance, and incidental demolition of facilities, utilities, real property systems, and other infrastructure requirements, including demolition and replacement, doors/windows, finishes, furnishings, fire detection and suppression, plumbing, HVAC, electrical power, electrical lighting and communications in accordance with all applicable guidelines, regulations, and codes, and understanding of applicable DOD and DOS design and construction specifications and procedures. Projects will not be design build, as each project will be fully designed, however, some incidental design may be required due to unknown conditions which may lead to design changes. The designer of record (AE) will normally provide design solutions to the TRSS contractors. Offerors: Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM.� Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via www.beta.SAM.gov. Registration is required to access solicitation documents. Beta SAM provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. �Summary of access requirements to solicitation is as follows. �Find solicitation announcements in www.beta.SAM.gov.�� All amendments will be posted in beta SAM. It shall be the contractor's responsibility to check the website for any amendments.� The Contract Specialist point of contact for this project is Ericka Collins who can be reached by email: �ericka.t.collins@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to beta SAM.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fdaae16352c34ee2bbf819fc8410f970/view)
- Record
- SN05570663-F 20200226/200224230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |