Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2024 SAM #8432
SOLICITATION NOTICE

Y -- Cybersecurity Operations Facility at Fort Meade, Maryland

Notice Date
12/26/2024 7:10:59 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR25RA001
 
Response Due
1/10/2025 8:00:00 AM
 
Archive Date
01/25/2025
 
Point of Contact
Aisha Boykin, Phone: 4109624978, Michael Getz, Phone: 4109623455
 
E-Mail Address
aisha.r.boykin@usace.amy.mil, michael.j.getz@usace.army.mil
(aisha.r.boykin@usace.amy.mil, michael.j.getz@usace.army.mil)
 
Description
SOLICITATION NO. W912DR25RA001 PROCUREMENT TYPE: Pre-Solicitation Notice for DRAFT Request for Proposal TITLE: Cybersecurity Operations Facility at Fort Meade, Maryland Classification Code: Y - Construction of Miscellaneous Facilities This proposed procurement is unrestricted, Request for Proposal; NAICS 236220 ""Commercial and Institutional Building Construction"" with a size standard of $45,000,000.00. Project Description: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Cybersecurity Facility located at Fort Meade, Maryland. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB) contract procured in accordance with FAR 15, Contracting by Negotiations, using a Best Value Tradeoff Process. Scope of Work: The P002 project is a new construction requirement to deliver for the Navy (Marines) a 3-story Cybersecurity Operations Facility/Administrative facility located at Fort Meade, Maryland. The facility includes secure open office spaces, operational areas, large server area, building utilities and connections, with redundant mechanical and electrical systems, secure telecommunication distribution systems and a loading dock area. Mission support areas include joint staff offices, executive offices, training spaces, collaborative spaces, and meeting rooms. Scope of work provides full core and shell with fit-out design, including structure and foundations; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire suppression, alarms; information technology infrastructure, communications, and security systems infrastructure; exterior finishes and weatherproofing. Interior fit-out will provide raised access floor systems almost throughout, acoustically rated interior partitions and ceilings, power, lighting, environmental control, and communications. The facility is not a standard design and will be built to meet Sensitive Compartmented Information Facility requirements. Project includes redundant primary power, on-site, standby, power generation, and Uninterruptible Power Supply (UPS) system ensuring continuity of operations. Site infrastructure will include primary utility service to the site, consisting of electrical, water, sewer, and telecommunications pathways. Supporting facilities include site preparation and infrastructure improvements, utility services, and perimeter ATFP security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Site work will consist of curb and gutter, walkways, courtyards, and roads. Building will be accompanied by a series of surface parking lot areas containing a total of approximately 300 spaces. Site improvements include paved loading dock and access road, fire access road, landscaping, bioretention areas, sidewalks, curbs, and gutters. Storm water management facilities are designed in compliance with Maryland Department of the Environment requirements for Environmental Site Design, as well as the Environmental Independence and Security Act (EISA), Section 438. Per DFARS 236.204, the magnitude of construction is between $100,000,000.00 and $250,000,000.00. Construction duration is approximately 1095 calendar days from Notice to Proceed. Additional information in accordance with the Scope of Work will be included in the Request for Proposal (RFP) package. This Design-Bid-Build contract will utilize the best value tradeoff process. An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. The solicitation is expected to be issued on or about 10 March 2025. The Government is seeking industry input regarding the upcoming draft RFP. Input encompasses any aspect of the RFP that could be changed/updated/included to make the final RFP better. Input should be provided via ProjNet. Instructions for ProjNet will be included in the draft RFP. Please be advised that while the Government is seeking input and questions, no official responses will be provided by the Government during the draft RFP portion of the acquisition. The solicitation will be provided in an electronic format, free of charge, to interested vendors that hold an official SAM.gov account. To familiarize vendors with the system, please go to https://www.SAM.gov. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor�s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6512eab5a39047199b17e7bb09ae89b0/view)
 
Place of Performance
Address: MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07301041-F 20241228/241226230103 (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.