Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2024 SAM #8412
SPECIAL NOTICE

99 -- Notice of Intent for Raven Rock Mountain Complex SATOC Capacity Increase

Notice Date
12/6/2024 8:53:02 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE
 
ZIP Code
00000
 
Solicitation Number
W912DR22D0007
 
Response Due
12/23/2024 8:00:00 AM
 
Archive Date
01/07/2025
 
Point of Contact
Laura A. Wade, Erica A. Eaton
 
E-Mail Address
laura.a.wade@usace.army.mil, Erica.A.Eaton@usace.army.mil
(laura.a.wade@usace.army.mil, Erica.A.Eaton@usace.army.mil)
 
Description
This Notice is being published in accordance with Federal Acquisition Regulation (FAR) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract. The statutory authority for this sole-source procurement is Far 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" Project Description: The scope of this contract encompasses a broad variety of major and minor repair, modifications, renovations, rehabilitation, alterations, Design-Build, Design-Bid-Build and new construction projects in a Secure Environment to include working in Sensitive Compartmented Information Facilities (SCIF) in support of the Washington Headquarters Service and the Raven Rock Mountain complex (RRMC). The salient characteristics of these projects include: new facility design and construction, site clearing, structures and utilities/fence installations, fuel distribution and storage systems, asbestos/lead abatement/ renovation, heating ventilating and air conditioning (HVAC) upgrades and repairs; electrical upgrades and repairs; direct digital control & network upgrades and repairs; IT Comms and Security system infrastructure, security doors & windows; structural strengthening; interior fit-ups, which may include furniture procurement and installation. Work typically involves hazardous material abatement, requiring a certified industrial hygienist, quality control, material removal, and disposal. Work may also include geo technical investigation; exterior upgrades and repairs; utilities; hydrant; traffic & streetlight; security barricades; roadwork; and other force protection (AT/FP) or access control point type projects associated with existing secure campus buildings and grounds. The geographic area where work will be completed under this SATOC will be in Maryland and Pennsylvania. These locations are in remote mountainous areas and access can be difficult. The sites have a very rocky terrain, frequently with steep slopes. Some project locations will be underground. As indicated above, the locations are in two separate states with differing Authorities Having Jurisdictions (AHJ) for various permitting and approval functions. Winter weather can be extreme and very unpredictable. Work performed may be either in secure or non-secure sites. Offeror is required to possess a Secret Facility Site Clearance. All work shall be required to perform in accordance with the access and security requirements of the facility. All personnel working on this project must be U.S. citizens. WHS/RRMC requires all contract personnel to be US citizens, apply for and obtain an access badge from their department before work. The U.S. Army Corps of engineers (USACE), Baltimore District (NAB) Real Property Services Field Office (RSFO) intends to sole source an increase of capacity to the W912DR22D0007, Grunley Construction Co, Inc. contract. To date, Grunley has served as the general contractor for projects at RRMC. The current capacity is almost depleted, and the additional capacity is being requested to accommodate modifications and an additional task order. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response data and time of this notice. Submissions will be reviewed to determine if they can meet the additional design requirements. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The approved Justification and Approval, (J&A), for this procurement will be posted following the closure of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03e2686ae1ef41949b9c0378585363ce/view)
 
Place of Performance
Address: Cascade, MD 21719, USA
Zip Code: 21719
Country: USA
 
Record
SN07284380-F 20241208/241206230104 (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.