Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2020 SAM #6876
SOLICITATION NOTICE

Y -- Air Force Targeting Center, Langley AFB

Notice Date
9/24/2020 10:57:39 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621R2005
 
Response Due
10/9/2020 7:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Synease S McArthur, Phone: 7572017062, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil
(synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
W9123621R2005 Air Force Targeting Center, Langley Air Force Base Hampton, VA � This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) acquisition for the construction of the Air Force Targeting Center, multi-story facility, in Hampton, VA. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited unrestricted, with full and open competition. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction, with a Business Standard of $39.5M and Product Service Code of Y1AA � Construction of Miscellaneous Buildings. The magnitude of construction is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204 - Disclosure of the magnitude of construction projects. Project Description:� The Air Force Targeting Center consists of a 94,800 SF multi-story facility that consists of a multi-story Secure Compartmented Information Facility (SCIF) space, open flexible work space with a large mezzanine, training area, back shop support, and warehouse space. The open floor space will have minimal obstructions and accommodate deep access flooring. This building includes small data centers for both secure and non-secure data lines, Tier 1 electrical system, and a large auditorium that will require secured VCT capabilities. The building sits on a 14.5 acres site that will require new utilities and earthwork to bring the topography above the FEMA flood elevation.� The site work will also require the building and new utilities to avoid the large active underground power lines and sanitary sewer lines.� Storm water management will be challenging as the site must be raised to 10 feet above mean sea level as the project location is in the 100-year flood zone. The contract completion date will be 730 calendar days after notice to proceed. Contractors will be required to submit bid bonds documents prior to award. The Government intends to award a firm fixed priced contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through a RFP Best Value Trade-off process. � This will be a Best Value Trade-off evaluation. All technical evaluation factors (non-price factors), when combined, are considered approximately equal to price. The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov on or about October 9, 2020. Telephone calls or written requests for the RFP package will NOT be accepted. �Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract. For inquiries about this notice, please contact Mrs. Synease McArthur at (757) 201-7062 or via email synease.s.mcarthur@usace.army.mil and Ms. Dianne K. Grimes at (757) 201-7839 or via email at Dianne.k.grimes@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c362156e7b24b8fbd72259e67e7a559/view)
 
Record
SN05810105-F 20200926/200924230214 (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 |
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.