Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

Y -- Design-Build Defense Information Systems Agency Headquarters Facility (BRAC 05), Fort George G. Meade, Maryland

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-07-R-0047
 
Response Due
6/20/2007
 
Archive Date
8/19/2007
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted with a HubZone Evaluation Preference. NAICS category is 236220, Small Business size standard is $31,000,000.00. This procurement is being advertised as a Request for Proposal (RFP). Phase I will consist so lely of Qualifications of Contractors. Phase II will require separate technical and cost proposals to be evaluated based on Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the sol icitation package. Estimated cost of construction is between $250,000,000.00 and $500,000,000.00. Completion of work is required no later than January 2011. This acquisition is Fixed Price, Best Value procurement for Design/Build world-class Headquarter s for the Defense Information Systems Agency (DISA) at Fort Meade, Maryland in compliance with the 2005 Base Realignment and Closure Act. Project will provide multi-story administrative/laboratory facilities (approximately 1,070,000 gross square feet) in a campus setting for 4,272 personnel on 95 acres of the existing golf course to include sensitive compartmented information facility (SCIF) areas, offices, IT laboratories, network operations center, multipurpose conference center, demonstration area, info rmation processing and analysis center, academic training facility, emergency operations center, security center, mail room, controlled-humidity warehouse, wellness facility, food service kitchen/dining areas, building management, and supporting space. El ectrical systems include fire alarm system, energy management control system, intrusion detection system, information systems, and uninterruptible power supply. Mechanical systems include plumbing, fire protection systems, HVAC, and standby generators. A ntiterrorism/Force Protection (AT/FP) measures include resistance to progressive collapse, special windows, doors, and site measures. Supporting facilities include EMI shielding, a satellite/antenna farm remotely located on Fort Meade; site and building u tility connections for potable water, sanitary sewer, electrical, and telecommunications. Site improvements include exterior site and building lighting, roadway access, approximately 3,000 paved parking spaces, sidewalks, earthwork, grading, stormwater ma nagement, demolition/relocation of existing sanitary sewer line, and landscaping. Comprehensive interior design, furniture procurement/installation, commissioning, and technical operating manuals will be required. Sustainable design and construction will be required to achieve a LEED Silver Rating and will comply with Fort Meade installation design guidelines. Proposed facilities must be ready for occupancy by January 2011. Large Business Firms are required to submit a subcontracting plan with their pro posals. The Small Business subcontracting goal for this procurement is 65% of the total subcontracting dollar value. Of that 65%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with Hub Zone Businesses , 3% with Veteran Owned Small Businesses and 3% with Service Disable Veteran Owned Small Businesses. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation will be provided in an electonic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. Contractors' requests for this solicitation will be performed thr ough ASFI. In order to reduce the possiblilty of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular contract specialist for the particular project. All deliveries, packages, etc . of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all con tractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding future registration, contact CCR Web site at http:/ccr.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electonic Commerce Information Center at 1-800-334-3414. It is imperative that all Small Disadvantaged Businesses contact thei r cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors . Issuance on or about 20 June 2007, proposals due on or about 23 July 2007.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01298296-W 20070520/070518221458 (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.