Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
MODIFICATION

Y -- Construction of a Consolidated Intelligence Center (CIC) at Wiesbaden Army Airfield (WAAF), Germany

Notice Date
1/20/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0022
 
Response Due
2/3/2011
 
Archive Date
4/4/2011
 
Point of Contact
Laura Patterson, 061197442609
 
E-Mail Address
USACE District, Europe
(laura.patterson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice and the due date for prequalification information are hereby extended to 03 FEB 2011. All additional Questions MUST be submitted, in writing, no later than 27 JAN 2011 or the Government may not be able to provide an answer prior to the closing due date and time. Questions and Answers (cont.) submitted from 20 DEC 2010 through 20 JAN 2010 (Offeror questions are posted EXACTLY as written unless the brackets: [] are used to clarify or protect identifiable information): Question 5) How will the USACE verify the Top Secret Clearances for the contractor employees that are submitted in the pre-qualification response? Answer 5) The prequalification information will be reviewed by a Federal Government security agency, external to USACE, and it does not intend to "clear" anyone during that phase. Question 6) How will the USACE verify active clearances without requiring the contractor to have an active Top Secret Facilities Clearance? Without the active TS FCL, a company cannot hold clearances for any of their personnel despite individual eligibility meaning the status of all employee clearances would be inactive or dormant if they are currently active employees of a company without a TS FCL. Answer 6) The Government will verify clearances through Government databases. The requirement has changed to a Secret level Facilities Clearance (FCL) is required for the company. This corrects Answers 1 and 3 as previously posted on 22 DEC 2010. The requirement for Key Personnel has likewise been changed from Top Secret to Secret level. This corrects Answers 1, 2, 3, and 4 as previously posted on 22 DEC 2010. See "REVISION 1 of the Pre-Solicitation Notice" at the end of these questions and answers. Question 7) In lieu of the SF328, is it acceptable to provide the documentation as directed by DSS certifying that we hold the necessary facility security clearance for this work? Answer 7) No, any existing FCL is for a different project/contract and location and, changes may have occurred since (and if) the last SF328 was submitted. A SF328 must be submitted for a submission to be considered complete. Question 8) We hereby confirm that [Company Name] has the capacity and the capability to perform the required services on the Pre solicitation W912GB-11-R-0022. Please note that [Company Name] has also confirmed its interest on the www.fbo.gov. Could you please confirm if USACE will consider [Company Name] for this business opportunity? Answer 8) There are specific instructions with submission requirements posted on the FBO announcement. I cannot confirm that the Government will consider [Company Name] if you do not follow the instructions posted. Please ensure you read the entire announcement and all amendments to the announcement. REVISION 1 of the Pre-Solicitation Notice: a. This is a Pre-solicitation notice and a request for company information of interested Offerors. No proposals are being requested or accepted with this pre-solicitation notice; however submittal of complete company information, as detailed in this announcement, is being requested for a vetting process to identify limited sources for the purposes of national security. The Request for Proposals (RFP) will not be posted publically. In accordance with FAR Subpart 6.302-6, competition will be limited to pre-qualified Offerors. Only Offerors that respond to this announcement with complete company information as outlined below will be considered for pre-qualification to potentially receive the RFP. The U.S. Army Corps of Engineers Europe District (EUD) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract for the Consolidated Intelligence Center (CIC) at Wiesbaden Army Airfield (WAAF), Germany. No reimbursement will be made for any costs associated with providing information in response to this pre-solicitation notice or any follow up information requests. b. Description of Project: Construct a Consolidated Intelligence Center (126,556 SF) at WAAF, Germany. This project will construct a facility for HQ USAREUR. The facility will include multiple operations centers, collaboration spaces, storage, personnel support functions, and standby generators. Supporting facilities include water, sanitary and storm sewer, electric, walkways, heat distribution lines, paving, storm drainage, parking, site and road improvements. Access for individuals with disabilities will be provided in public areas. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features are included in the construction. c. Security Requirements: This project will include the construction for HQ USAREUR operations that will process communications. The following special procedures must be followed during construction. 1) Requirements for Construction: The Prime Contractor shall be a US Firm, with a minimum of a Secret Facilities Clearance, to manage and construct the facility. Generally EU labor may be utilized to build and install the concrete foundation and walls; plumbing, electrical, and communications infrastructure; fire detection and suppression systems; and HVAC systems. The solicitation may contain some restrictions on the use of this labor, however. (2) Access Control Requirements: A project site pass system shall be implemented by EUD and required for all construction personnel, deliveries and visitors. The construction site access control process is required, and will include effective screening and searching procedures for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. (3) Control of Material: All material procured locally for construction will be subject to inspection by Government personnel. After material is procured and inspection is completed the material must be stored within the construction area or a secured storage area must be used. d. Magnitude of Project: The magnitude for this project is between $50,000,000 and $100,000,000. (It is anticipated that this project will be incrementally funded.) e. Performance Period: Duration of construction is 960 calendar days from Notice to Proceed or Award date. Pre-Solicitation qualification: Pre-Qualification of Offerors The Government will evaluate the company information submitted in response to this notice, as well as other information that is available to the general public and to the Government, in order to pre-qualify Offerors for award eligibility for reasons of national security. The Government reserves the right to disqualify any or all Offerors based on the information provided or discovered without providing notice of and/or the reason for disqualification. The Offeror, by submitting the requested information, agrees to this review and possible disqualification without further explanation. Offerors MUST submit all of the requested information by the due date and time specified in this announcement to be considered for pre-qualification. Solicitation: Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified will be issued a formal Request for Proposal (RFP) for the project and invited to submit a proposal including pricing. Offerors that did not submit information in response this notice or are disqualified in will NOT receive the RFP. The RFP will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. a. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor shall have the capability to perform at least 20% of the contract work with his/her own employees. b. Award will be based on overall Best Value to the Government using the Trade-off process. c. The issuance of f the solicitation is anticipated to be sent to pre-qualified firms in March 2011. The estimated proposal due date for technical and price proposals is April 2011. These dates are estimated and are subject to change. Submissions for Pre-qualification: Offers shall complete and return the SF 328 (website link below): SF 328: http://www.dss.mil/isp/foci/documents/sf328.pdf Instructions: http://www.dss.mil/isp/foci/documents/sf328_instructions.pdf The following part of the submission shall not exceed 3 pages; single sided, on Company letterhead. Additional company information shall be provided in letter format to include: a. Company Name and DBA, if applicable b. CAGE number, DUNS number, and company TIN c. ORCA registration confirmation d. Primary and Alternate Point of Contact e. Website information f. Company's ownership (for example: 100% US owned, etc) - The Prime Contractor shall be a US Firm, with a minimum of a Secret Facilities Clearance g. Company organization Structure showing Clearance Levels for those personnel identified - **Key Personnel MUST have a minimum of a Secret Clearance h. Identify any parent, subsidiary, or joint venture relationships Offerors shall respond to each item on the list above, if an item is not applicable please note in the submission. Offerors that fail to provide all the requested information in this Step will be rejected. **Key Personnel are, at a minimum: Project Manager Construction Superintendent Quality Control Manager Security Manager The Project Manager, Construction Superintendent, and Quality Control Manager cannot be subcontractor employees. Offerors are cautioned that disqualification is at the sole discretion of the Government and may occur without notice and/or without disclosure of the reason for the disqualification. Interested Offerors shall respond to this Pre-solicitation notice no later than 15:00 hrs (CET) 06 January 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. FAX or email responses to: Ms. Laura Patterson, Contract Specialist Email Address: laura.k.patterson@usace.army.mil, and Ms. Marilyn Jackson, Contracting Officer, CENAU-CT, Europe District, Email address: marilyn.jackson@usace.army.mil. Fax number is (49) 611-9744-2618. Email is the preferred method when receiving responses to this notice. Contracting Office Address: Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09049 Place of Performance: Wiesbaden Army Airfield (WAAF), Germany Point of Contact(s): Laura Patterson (49) 611 9744 2609 Marilyn Jackson (49) 611 9744 2660 Corps of Engineers, Europe District, Contracting Division
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0022/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02363885-W 20110122/110120234839-b89de6f8393ef729218dc16ce81d53ad (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  © 1994-2020, Loren Data Corp.