Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

Y -- JOINT USE INTELLIGENCE ANALYSIS FACILITY (JUIAF), RIVANNA STATION, CHARLOTTESVILLE, VA

Notice Date
8/24/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0054
 
Response Due
11/6/2007
 
Archive Date
1/5/2008
 
Small Business Set-Aside
N/A
 
Description
This amends the announcement that was posted via FebBizOps August 16, 2007. This replaces the description that was posted. PN 64115/66204 Construct DESIGN-BUILD incrementally funded Base Realignment and Closure (BRAC) sensitive compartmented information facility (SCIF). Incremental funds will be available in FY08 and FY09. Primary facility includes open and closed SCIF works pace, conference rooms, video teleconference center, technical library, General Officer/Senior Executive Service office suites, storage, administrative support areas; communications center; automated data processing center with Tier II+ reliability (single power and cooling path with redundant components); personnel and material access control and entrance lobby; cafeteria; men's and women's restrooms, showers and lockers; personnel and service elevators; and uninterruptible power supply (Operations and Mai ntenance, Army funded). Includes visitor control center, remote delivery facility, overhead protective canopies, standby generators, fuel storage and distribution, fire protection and alarm and building information systems. Install intrusion detection syst ems and closed circuit television (Other Procurement, Army funded). Supporting facilities include electric service, water, sewer and gas lines, chilled water storage and distribution, access road, parking, sidewalks, and curbs and gutters, storm drainage, site improvements, and information systems. Antiterrorism/force protection measures include access control points, setbacks, laminated glazing in reinforced frames, reinforced exterior doors, superstructure strengthening, hardening at loading dock and lobb y, fencing, gates, barriers, and visual screening. Heating and air conditioning (1,500 tons) will be provided via self-contained systems and includes chemical/biohazard filtration. Connect Energy Management Control System. Access for the handicapped will b e provided. Comprehensive interior design services are required. Equip and furnish (Other Appropriations). Provide redundant power and cooling components for TIER II+ reliability information processing center, requirement to support high structural loads, requirement for special lighting for imagery analysis equipment, requirement for controlled temperature and humidity film storage, emanation protection for computer equipment, and elevators. Supporting facilities include information system connectivity, ro ck excavation, paving, underground water storage, and long utility connection distances due to undeveloped site. A PREPROPOSAL CONFERENCE will be held on October 2, 2007 at 10:00 am. It will be held at the Best Western, 5920 Seminole Trail, Ruckersvill e, VA 22968. The evaluations factors for this procurement is as follows, listed in descending order of importance. FACTOR 1 Design Technical (1) Building Functional and Aesthetics (2) Quality of Building Systems and Materials (3) Site Design FACTOR 2 P erformance Capability (1) Specialized Experience; (2) Past Performance; (3) Proposed Contract Duration and Summary Schedule FACTOR 3 Utilization of Small Business. Offerors will be evaluated on both technical quality and conformance to the solicitatio n and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The construction duration is 540 calendar days from receipt of Notice to Pro ceed. The magnitude of construction is estimated to be $55,000,000.00, including design. The receipt date for proposals is November 6, 2007. THIS IS AN UNRESTRICTED PROCUREMENT. NAICS CODE 236220 applies to this procurement. Submission requirements (pla ns/specs) will be availabl e on/about September 18, 2007 via http://fedbizops.gov (search on W91236% for solicitations issued by Norfolk District). No hard copies will be available. Prospective contractors must be registered in the Federal Technical Data Solutions (FedTeDS, https: //www.fedteds.gov) database prior to download of plans and specifications. NOTE: FedTeDS now has a List of Interested Vendors (this replaces the Bidders Mailing List). However, ALL contractors must register as an Interested Vendor in order to be included in this list. To do this registration, once a contractor is in the Federal Business Opportunities (FedBiz Ops), they must click on the Register as Interested Vendor button. Once registration is complete, the company will appear on the list. The Interest ed Vendor List can be pulled down by using the View List of Interested Vendor link on the FedBizOps page. This must be done for each individual solicitation as there is no master Interested Vendors List. Prospective contractors must be registered in the D OD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FedTeDS and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS FOR PLANS/SPECS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your propos al. Instead this solicitation contains a single provision that will allow you to enter certification that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature or list any changes.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01384604-W 20070826/070824222157 (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.