Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

Y -- USSTRATCOM REPLACEMENT FACILITY, SGBP 100904C, OFFUTT AFB, NEBRASKA

Notice Date
7/8/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F11R0023
 
Response Due
10/11/2011
 
Archive Date
12/10/2011
 
Point of Contact
Barbara Young, 402-995-2069
 
E-Mail Address
USACE District, Omaha
(barbara.a.young@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about August 2, 2011, this office will issue Request for Proposals for construction of the USSTRATCOM REPLACMENT FACILITY, SGBP 100904C, OFFUTT AFB, NEBRASKA. The solicitation will close on or about October 11, 2011. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. FAR clauses 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors and quoters are urged and expected to attend the site visit. A site visit will be held at 9:00 am on September 14, 2011. To register to attend the site visit, please send the information listed below to the attention of Joel Flere (joel.m.flere@usace.army.mil) by e-mail message for security review by the Air Force. NOTE: THIS INFORMATION MAY NOT BE TRANSMITTED VERBALLY - ONLY AN E-MAIL CONTAINING THE INFORMATION IS ACCEPTABLE. The information required for the security background review is: 1. Legal Name of Guest: Last, First and Middle initial (required), 2. Gender, 3. Individual's date of birth (Year, Month, Day), 4. Drivers License # and State it was issued from, 5. Company name, address and phone number, 6. Individual's e-mail address. Requests to attend the site visit must be made by the close of business on September 1, 2011. No exceptions will be granted and all late requests will be denied. A confirmation of receipt of the site visit request will be sent by e-mail within two working days from the date at which the request is received. An approval or disapproval for site visit participation will be sent by e-mail by close of business on September 9, 2011. Site visit participation will be denied to anyone failing to comply with the requirements stated herein. The site visit will begin promptly at 9:00 am on September 14, 2011. This will be the only site visit. Please plan to arrive early for participant sign in. A valid driver's license or State I.D. card will be required at sign in. Site visit attendees will meet at the Bellevue Welcome Center located at 1600 Highway 370, Bellevue, NE 68005 To reach this location: 1) Travel on US Highway 75 (Kennedy Freeway) and exit at the Highway 370/Harlan Drive off ramp. If traveling South on US Highway 75: 2) Turn eastbound onto Highway 370. Continue eastbound on Highway 370 (1 block) until Arboretum Dr. Turn north onto Arboretum Dr. If traveling North on US Highway 75: 2) Go straight through the signaled intersection at the end of the exit ramp onto Arboretum Dr. 3) Veer east and continue on Arboretum Dr. until you reach the Bellevue Welcome Center parking lot. If there are no available parking spaces, additional parking is available in the Lied Center parking lot. Once all participants have gathered and check-in has been completed, the Air Force will provide transportation to the site where a walkthrough of all locations included in the project will be conducted. The point of contact for the site visit is Joel Flere, Corps of Engineers' Project Engineer (402-293-2537). Questions in regards to this project shall be submitted through the bidder inquiry system as stated in Section 00 21 00 paragraph: OFFEROR'S QUESTIONS AND COMMENTS. Remarks or responses to comments shall not qualify the terms of the solicitation. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. This site visit information is subject to change. Please add this solicitation to your Watch List on the Federal Business Opportunities (FBO) website and periodically review the solicitation's FBO site for changes. To add this solicitation to your Watch List, find this solicitation on FBO and click the "Watch This Opportunity" button. Once the project is added to your Watch List, you will receive automatic e-mails from the FBO system when a modification occurs to this notice. See 'Obtaining Solicitation Documents' below. Project Description: This is a Design-Bid-Build Project. The work consists of construction of the US Stratcom Replacement Facility at Offutt AFB, Nebraska. This is a "Best Value" solicitation for the Construction of the US Stratcom Replacement Facility. Project includes: Project Description: The work will consist of a 1,085,000 square foot, multi-story new building, including basement and penthouse levels. The project is located on Offutt AFB, NE. It will house a significant number of data centers, operations centers, personnel and staff functions, conference rooms, theater, cafeteria/eatery, atrium, elevators, and ancillary support spaces. The building will have Sensitive Compartmented Information Facility (SCIF) areas throughout. The building will include a HEMP Shield. The building is steel-framed with concrete drilled piers and foundations. Floors are framed with steel columns and girders, metal deck, and cast-in-place concrete. Cable trays and raised floors are included. Exterior walls are composed of glass curtain walls, pre-cast concrete, and brick facing. The roof is fully adhered TBG roofing. Mechanical work includes installation of Air Handling Units, VAV boxes, chillers, cooling towers, associated pumps, ductwork, piping, etc. Electrical work includes installation of back-up generators, uninterruptible power supply/flywheel systems, switchgear, power panels, transformers, and other associated work. EMCS and SCADA controls are included, as well as Security and Fire Alarm systems. Telecommunication and audio-visual infrastructure are included. Modular workstations are included. Exterior site work includes a loading dock, visitor control center, demolition of several buildings currently on the site, site grading, access roadways and drives, parking areas, concrete walks, utilities, and landscaping. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 1460 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The estimated construction cost of this project is over $500,000,000. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Bidder Inquiry: Technical inquiries and questions relating to technical requirements, proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. A Bidder Inquiry Key will be furnished with the solicitation. See Section 00 21 00 in the solicitation specifications for detailed requirements. Obtaining Solicitation Documents: Solicitation documents (Plans and Specifications) will not be posted to the web. The government will issue one DVD to each contractor or supplier that provides the information in the paragraphs below and is determined by the government to be a legitimate business. The DVD's provided can be duplicated but duplicates cannot be opened. a. Offerors shall register for the project on the Federal Business Opportunities (https://www.fbo.gov/) website to be added to the planholders list (this is necessary to develop a planholders list for prime contractors, sub-contractors, and suppliers). Registration on the planholders list does not automatically qualify the registrant to receive a DVD (See procedures below). b. Prospective contractors shall request a DVD containing the plans and specification by following the procedure as identified below. c. The government will issue one DVD to each contractor or supplier that provides the information in the paragraphs below and is determined by the government to be a legitimate business, DVD's will be mailed to the official that signed the letter, along with instructions on how to open and utilize that DVD, as discussed below. Each DVD will be stamped "For Official Use Only" and will be uniquely numbered. Amendments will be issued to the contractors that have followed the procedures above and have been provided a DVD. Amendments will be issued to the ftp site. Files on the ftp site will be encrypted so they may only be opened with the DVD and only by validated bidders on the computer registered with the government. Planholder's list will only be available via Federal Business Opportunities (https://www.fbo.gov/). Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices. Summary of access requirements to planholders list is as follows: 1.Find solicitation announcement in Fed Biz Opps (https://www.fbo.gov/) 2.If you are a first time user, you will have to register** (see info included below); Otherwise, enter username and password. 3.Click on Opportunities hyperlink at top of the https://www.fbo.gov/. 4.Enter solicitation number of project in Keywords/SOL # box and click on 'Go' button. 5.Click on link to solicitation. 6.If you want other vendors, sub-contractors or contractors to contact you, click on 'Add me to Interested Vendors' link. **Registration: The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address REQUEST FOR SOLICITATION DOCUMENTS USSTRATCOM Replacement Facility, Offutt AFB, NE Solicitation W9128F-11-R-0023 Instructions: 1. Complete a DD Form 2345 (Military Critical Technical Data Agreement) and submit it with supporting information to the address found on the form. A fillable Adobe PDF copy of this form is available at: http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd2345.pdf 2. Upon review and acceptance, the U.S./Canada Joint Certification Program will return to the contractor an approved and signed certified form, which will include your certification number and expiration date (the Program will provide this within 5-10 days of receipt - note that delays may be incurred if information required or forms are incomplete or incorrect). The contractor shall submit to the Omaha District addressee shown in Paragraph 6 below the certified form, including the certification number and expiration date. 3. Complete all information requested below. Insure all blanks are completed and legible. 4. The Custodian of the DVD shall sign and date the form below. The custodian shall be an official of the company that has the authority to obligate the corporation requesting the solicitation documents. 5. The signature of the custodian shall be signed and sealed by a Notary Public. 6. Provide the original of both this form and the information identified in Paragraph 2 above to the following address: US Army Corps of Engineers ATTN: CENWO-CT-M (Barbara Young) 1616 Capitol Avenue Omaha, NE 68102 7. Note: In order to utilize the DVD containing the solicitation, contractors will be required to obtain an ECA PKI Certification. This certificate is not required to request the solicitation, but will be necessary to obtain access to the files on the DVD containing the solicitation. The certificates can be obtained by following the procedures found on the following website: http://iase.disa.mil/pki/eca/certificate.html 8. Once all of the above requirements are completed the Custodian will be sent the DVD assigned to you and your company, along with instructions on how to access the files on the DVD. The access will require submission of an access request signed with your ECA PKI Certification credentials, via a website. The minimum computer requirements are: a.Software Requirements: -Adobe Reader/Acrobat 9 or higher (The system requirements for the free Adobe Reader can be found at http://www.adobe.com/products/reader/tech-specs.html) b.Hardware requirements: -Internet connected computer w/DVD player -Windows Intel 1.3GHz or faster processor Microsoft Windows XP Home, Professional, or Tablet PC Edition with Service Pack 3 (32 bit) or Service Pack 2 (64 bit); Windows Server 2003 (with Service Pack 2 for 64 bit; Windows Server 2008 (32 bit and 64 bit); Windows Server 2008 R2 (32 bit and 64 bit); Windows Vista Home Basic, Home Premium, Business, Ultimate, or Enterprise with Service Pack 2 (32 bit and 64 bit); Windows 7 or Windows 7 with Service Pack 1 Starter, Home Premium, Professional, Ultimate, or Enterprise (32 bit and 64 bit) 256MB of RAM (512MB recommended) 260MB of available hard-disk space 1024x576 screen resolution Microsoft Internet Explorer 7, 8, 9; Firefox 3.5, 3.6, or 4.0; Chrome Video hardware acceleration (optional) Note: Microsoft Update KB930627 is required for both Windows XP SP2 64 Bit and Windows Server 2003 SP2 64 Bit. Mac OS Intel processor Mac OS X v.10.5.8 or 10.6.7 512MB of RAM (1G recommended) 415MB of available hard-disk space 800x600 screen resolution (1024x768 recommended) Apple Safari 4 for Mac OS X 10.5.8 and Mac OS X 10.6.7; Safari 5 for Mac OS X 10.6.7 ------------------------------------------------------------------------------------- CUSTODIAN AGREEMENT FORM FOR SOLICITATION DOCUMENTS Corporation Name and Mailing Address (Note - PO Boxes are not acceptable): _________________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ Duns & Bradstreet Number: ______________________________________________ Name and Phone Number of Custodian: ____________________________________ Title of the Custodian: ___________________________________________________ E-Mail Address of the Custodian:__________________________________________ I, _________________________________ hereby request a copy of the DVD containing the solicitation documents for the above-referenced project. I agree to accept the responsibility as the custodian of this DVD. I certify that I have a comprehensive understanding of the meaning of and the handling designation "Unclassified/For Official Use Only (U/FOUO)" on the documents I am requesting and will comply with all requirements for protection of FOUO documents identified in Army Regulation (AR) 380-5, Chapter 5. I understand that U/FOUO is a document designation, not a classification. This designation for the provided material is information or material which, although unclassified, may not be appropriate for public release in accordance with DoD Directives and Regulations. I also attest to my understanding that the DVD, any copies generated from that DVD and the Chain of Custody Log, referenced below shall be returned to the Omaha District Corps of Engineers, Contracting Division no later than 60 days after notification of award. The awardee is permitted to retain their respective copy until further notification. I agree to maintain a Chain of Custody Log to record all access to the DVD and all copies generated. All printing of hardcopies or duplicate DVD's from the DVD provided must be logged. The log shall be maintained in ink. No white-out corrections allowed on this log. The log shall record who has physical control of these items at any time. The log shall identify the document reproduced (i.e. plans, specifications, sheets, or sections), how many copies were made, and where they were sent, including the name of the company it was sent to as well as the specific person at that company. A Chain of Custody Log will be provided to your company along with the DVD and instructions on the use of the DVD. Any copies sent to another entity, sub-contractor, vendor or to any person acting on their behalf shall be logged and all copies in those corporations shall be safeguarded in the same manner, including logging who has physical control of that document and any copies made. The person receiving that document shall likewise maintain a chain of custody log. The signature below certifies that the information herein is correct and factual and that I agree to all terms stated herein with regards to the safekeeping of the DVD and all information contained on the DVD which I am requesting. Signed: By: ________________________ DATE: __________ Notarized: By: ________________________ DATE: __________ Any misrepresentations or falsifications in the information provided or the release of information on the DVD provided may be prosecuted in accordance with U.S. Code, Title 18, Section 1001. U.S. Code, Title 18, Section 1001 Statements or entries generally (a)Except as otherwise provided in this section, whoever, in any matter within the jurisdiction of the executive, legislative, or judicial branch of the Government of the United States, knowingly and willfully- (1)falsifies, conceals, or covers up by any trick, scheme, or device a material fact; (2)makes any materially false, fictitious, or fraudulent statement or representation; or (3)makes or uses any false writing or document knowing the same to contain any materially false, fictitious, or fraudulent statement or entry; shall be fined under this title, imprisoned not more than 5 years or, if the offense involves international or domestic terrorism (as defined in section 2331), imprisoned not more than 8 years, or both. If the matter relates to an offense under chapter 109A, 109B, 110, or 117, or section 1591, then the term of imprisonment imposed under this section shall be not more than 8 years. (b)Subsection (a) does not apply to a party to a judicial proceeding, or that party's counsel, for statements, representations, writings or documents submitted by such party or counsel to a judge or magistrate in that proceeding. (c)With respect to any matter within the jurisdiction of the legislative branch, subsection (a) shall apply only to- (1)administrative matters, including a claim for payment, a matter related to the procurement of property or services, personnel or employment practices, or support services, or a document required by law, rule, or regulation to be submitted to the Congress or any office or officer within the legislative branch; or (2)any investigation or review, conducted pursuant to the authority of any committee, subcommittee, commission or office of the Congress, consistent with applicable rules of the House or Senate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F11R0023/listing.html)
 
Place of Performance
Address: Offutt Air Force Base Offutt Air Force Base Offutt NE
Zip Code: 68113
 
Record
SN02492995-W 20110710/110708234423-96f6d39a90a92cecfe2b016c3c5f795c (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.