Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

Y -- Mountainview -Operations Facility and Chiller Plant and Power Plant, Buckley Air Force Base (BAFB), Aurora, Colorado

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-R-0002
 
Archive Date
2/23/2012
 
Point of Contact
Calvin J. Mitchell, Phone: 410-854-0744, Carlen Capenos, Phone: 410-854-0739
 
E-Mail Address
calvin.j.mitchell@usace.army.mil, carlen.capenos@us.army.mil
(calvin.j.mitchell@usace.army.mil, carlen.capenos@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This procurement is being solicited on an unrestricted basis under the 236220 NAICS code. The Small Business Size Standard for this NACIS code is $33,500,000.00. The magnitude of construction for this project is between $100,000,000.00 and $250,000,000.00. The completion date will be no later than 912 calendar days after notice to proceed. The resultant contract awarded will be a Firm Fixed Price Design-Bid-Build Construction contract. This project is Subject to Availability of Funds. This project is located on Buckley Air Force Base (BAFB), in Aurora, Colorado. The project requires the construction of an approximately 200,000 Square Foot Operations Controlled Access Facility. Building services and systems for electrical, mechanical and fire alarm and suppression will also be constructed. Earthwork will include rough grading, bulk excavation, service entrance infrastructure, storm drainage structure, and duct banks for building utility services. Site work will include final grading curb and gutter installation, road paving, walkways, groundcover and landscaping. This project requires 650 new parking spaces within the campus fence line. Additionally, de-commissioning and demolition/disposal of existing 45,000 square feet of existing modular trailers is required. Security and Anti-Terrorism measures included fencing, access control, and alarm system, cameras, and exterior lighting will be required. Specifications and Drawings will only be released to Offerors who meet the two requirements regarding security and bonding listed below. Specifications and drawings will not be released to companies who do not. Required Documents to receive Specifications and Drawings: •1. Security Requirement: All companies working on this job or having access to any of the documents must be free from significant Foreign Ownership, Control and Influence (FOCI), as determined by the client security office. Only U.S. persons, as defined in 8 U.S.C. 1101(a)(20) or 8 U.S.C. 124b(a)(3), may work on this site or have access to any of the documents. Only Offerors who are significantly free of FOCI may receive the specifications and drawings. To establish that an Offeror is free of significant FOCI, the Offeror must submit Standard Form 328 Certificate Pertaining to Foreign Interests. All Offerors have to be verified for compliance with DFARS 252.209-7001, Disclosure of Ownership or Control by a the Government of a Terrorist Country, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.2209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. The verification process must be completed prior to release of Drawings and Specifications to Prime Contractors. An electronic copy of the Standard Form 328 must be submitted to Calvin Mitchell at calvin.j.mitchell@usace.army.mil or Carlen.capenos@usace.army.mil. Originals will be required to be submitted with the proposal submission. If an Offeror receives the drawings and specifications and declines to offer, then the original SF328s shall be submitted with the return of the drawings and specifications. A contract will not be awarded to a firm or subsidiary of a firm if it is determined to be under significant FOCI from governments or countries that support terrorism or are considered critical intelligence threats. Subcontractors identified in the proposal are subject to the same eligibility determination. If the government determines there is, or may be, FOCI, then the Government may seek clarification to make a final determination whether the Offeror is eligible to receive the Drawings and Specifications. If an Offeror is not determined to be free of significant FOCI issues, the Offeror may be required to submit a mitigation strategy in writing that must be approved by the U.S. Government, otherwise the Offeror may be ineligible for further award consideration. If FOCI concerns cannot be mitigated to the satisfaction of the U.S. Government security representatives then the Offeror may be determined to ineligible to receive the Drawings and Specifications. This determination is solely at the discretion of the U.S. Government security representatives. Being denied access to the documents or specifications, or receiving them in a delayed manner, as a result of FOCI processing is not cause for a protest or an extension of the response period. •2. Bonding: Interested Offerors shall submit a letter from a surety prior confirming that the surety will provide bid, payment and performance bonds for this solicitation. The amount of the payment and performance bonds shall be for a minimum of $125,000,000. The bid guarantee will be required under FAR 28.101 with the proposal submission. The surety letter is only sufficient for access to the drawings and specifications. Site Visit: The exact date shall be provided in the solicitation. Contractors are required to provide the following information to Calvin J. Mitchell via email at calvin.j.mitchell@usace.army.mil or Carlen.capenos@usace.army.mil for each person that requests to attend, including: full name, social security number, driver license number, state of issuance, date of birth, place of birth, proof of citizenship, and company name. Each prospective Offeror will be limited to two individuals. The specifics on the site visit will be provided in a modification to this notice. The site visit will be on January 19 2012 10:00 am will be on Buckley Air Force Base, Aurora, Colorado. Additional Information: Due to the security of this project, drawings and specifications will not be issued to potential subcontractors. Potential subcontractors will have to obtain drawings and specifications from potential Prime Offerors. If you are interested in this procurement, you are strongly encouraged to register as an "Interested Vendor" for this solicitation. This requirement is being advertised as a Request for Proposal (RFP). This RFP will be a single step best value procurement. Issuance date of RFP is on or about 18 January 2012. Receipt of proposals will be approximately 30 days from the release of the solicitation. Offerors are encouraged to submit the SF328's and surety letter as soon as possible in order to determine eligibility. Submission of the SF328 does not imply that facility clearances will be issued for this project. Offerors will be notified as to their eligibility to receive drawings and specifications when a decision on eligibility is made by the U.S Government security representative. You will be notified if you are eligible to receive the specifications and drawings as soon as a decision has been made. The initial solicitation will be posted on FedBizOpps. Drawings and specifications will need to be picked up at The Real Property Services Field Office located in Annapolis Junction, MD and will only be released to those that meet the security and bonding requirements. Due to security reasons, the U.S. Government intends to issue amendments to the solicitation only to those Offerors who receive the specifications and drawings and will not be posted on FedBizOpps. Questions may be directed in writing to Calvin J Mitchell via email at calvin.j.mitchell@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0002/listing.html)
 
Place of Performance
Address: Buckley Air Force Base (BAFB), Aurora, Colorado, United States
 
Record
SN02652186-W 20120112/120110234933-295225b8c29162f6fb6e96159ef09e6c (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.