Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

Y -- CYBER/ISR FACILITY

Notice Date
7/2/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 175th MSG/MSC, Maryland Air National Guard, 2701 Eastern Blvd, Baltimore, Maryland, 21220, United States
 
ZIP Code
21220
 
Solicitation Number
W912K6-15-R-0001
 
Point of Contact
Michael Dombkiewicz, Phone: 4109186218
 
E-Mail Address
michael.dombkiewicz@ang.af.mil
(michael.dombkiewicz@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 175th Wing, Maryland Air National Guard, located at Warfield Air National Guard Base, Baltimore, Maryland, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of a CYBER/ISR Facility. Project to be LEED Silver Certified. Construction services will consist of the construction of a new CYBER/ISR Facility. The purpose of this facility is to house a Network Warfare Group and ISR Squadron. The Cyber mission includes a set of capabilities, expertise to enable the cyber operational need for an always-on, net-speed awareness and integrated operational response with global reach. It enables operators to drive upstream in pursuit of cyber adversaries, and is informed 24/7 by intelligence and all-source information. The scope is to construct a new 2 story, 27,500 SF structure to accommodate the program. This project includes 5,500 sy of parking and all additional sight work. Approximately 70% of the building space will be considered a Sensitive Compartmented Information Facility (SCIF). As such, the construction of this facility should conform to the requirements of the IC Tech Spec for ICD/ICS 705 as well as the Joint Air Force-Army-Navy Manual (JAFAN 6/9). Structural - The exterior walls will be 8' load-bearing concrete masonry units vertically reinforced with rebar in fully grouted cells. Foundation - Shallow foundations are anticipated. Roof Assembly- The roof will consist of steel joists and 1-1/2' metal deck. Joists are supported on load-bearing masonry walls around the perimeter and steel wide flange beams and HSS or wide flange columns in the interior of the facility. Interiors - The design layouts for this project include a large number of workstations. Most are 6'x6' or 6'x8' sizes. Demountable partitions will be used for various spaces. Mechanical - One 100 ton air cooled chiller for primary cooling and two 100 MBH natural gas fired condensing boilers for space heating. Plumbing - the facility will connect to the existing SS gravity system approximately 250' to the northeast via a force main. Electrical - Service size of the new building is estimated to be suitable for a 500 KVA pad-mount transformer. Service gear will be a 277/480V, 3 phase, 4 wire, 800A main breaker, 1600A frame, distribution switchboard. Electrical - Light fixtures will generally consist of nominal 4' lamps, 28 watt, T8, 85 CRI, 4100 K color temperature lamps with high efficiency electronic ballasts. In addition to a base price for the work describe above the solicitation includes Government Options for this project. 1. ATS and generator pad and associated appurtenances 2. Concrete parking (base is asphalt) 3. Carpet over raised access flooring 4. West patio 5. Exterior sunshades 6. 1500kW Generator. Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is 365 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b)(3) LIMITATIONS ON SUBCONTRACTING which states 'By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractor, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees' applies to this project. The tentative date for issuing the solicitation is on or about 17 July 2015. The tentative date for the pre-proposal conference is on-or-about 22 July 2015, 1:00 p.m. local time at the 175th Wing Headquarters (Building 4200), 1st Floor Multi-purpose Room at Warfield Air National Guard Base, 2701 Eastern BLVD, Baltimore, Maryland 21220. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is tentatively scheduled for on-or-about 18 August 2015. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) were migrated into the System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at Warfield Air National Guard Base, 2701 Eastern BLVD, Middle River, Maryland 21220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80892d83c73461dc962590e7410e4db6)
 
Place of Performance
Address: 2701 Eastern Blvd, Middle River, Maryland, 21220, United States
Zip Code: 21220
 
Record
SN03784214-W 20150704/150702234502-80892d83c73461dc962590e7410e4db6 (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.