Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

Y -- DESIGN-BUILD VANDENBERG GATE COMPLEX

Notice Date
9/17/2019
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ20R0001
 
Point of Contact
Elizabeth K. Glasgow, Phone: 9783188671
 
E-Mail Address
elizabeth.k.glasgow@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Corps of Engineers, New England District (NAE) intends to solicit a Design Build (DB) contract for the design and construction of a new access control point at Hanscom Air Force Base (AFB) in Bedford, Massachusetts. The existing access control point is located on the west side of the installation and operates as the installation's primary entrance/access point for military personnel, commercial contractors and other base visitors. The existing entrance is out of compliance with current Anti-Terrorism (AT) requirements and experiences significant congestion due to high traffic volumes. As a result, Hanscom AFB requires the construction of a new access control facility, known as the Vandenberg Gate Complex. This project will be designed as permanent construction in accordance with UFC 1-200-01, General Building Requirements, UFC 1-200-02, High Performance & Sustainable Building Requirements and UFC 4-010-01 Minimum Antiterrorism Standards for Buildings. The Vandenberg Gate Complex shall meet the current Anti-Terrorism standards IAW UFC 4-022-01 Entry Control Security Engineering, UFC 4-010-02 DoD Minimum Anti-Terrorism Standoff Distances for Buildings, and UFC 4-022-02 Selection and Application of Vehicle Barriers. The Vandenberg Gate Complex shall include a new visitors' center, gatehouse with canopy, commercial vehicle gatehouse, covered commercial vehicle inspection facility and covered POV inspection area. The proposed approach is to demolish and realign the entrance road to include striping, sidewalks, utilities, security bollards & vehicle barriers controls, landscaping, signage, lighting and infrastructure to support the closed circuit television system. Fence and fence gates, visitor parking, entry lanes, commercial vehicle queuing lanes and inspection area, rejection lanes and final denial barriers would be included. The proposed project also includes installation of a Fire Alarm System and infrastructure to support Intrusion Protection System, and Duress Alarm. Supporting facilities include electrical service, communications, potable water, sewer connection, storm drainage and site improvements. Access for individuals with disabilities must be provided in public areas. Comprehensive building finishes and related interior design services will be required. The District intends to solicit the Design-Build contract, across all business categories (full and open competition) using the two-step, best-value procurement method. This acquisition will be conducted in accordance with FAR Part 15; FAR 36.3; DOD Source Selection Procedures; the Army Source Selection Supplement, and the UAI. The estimated contract value is between $10 and 20 million, with a projected award date of 26 June 2020. The NAICS code 236220 This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP). The solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about October 2. Neither telephonic, mailed nor fax requests for hard copies will be accepted. The solicitation will only be available online; in order to download the solicitation, offerors must access the Federal Business Opportunities website (http:/www.fbo.gov). Amendments, if any, to the solicitation will be made available at the http:/www/fbo.gov website. Registrants are responsible for the accuracy of the information on the FedBizOps Registration List. All responsible sources may submit a bid which shall be considered by the New England District. This notice does not commit the U.S. Government to contract for any supply or service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ20R0001/listing.html)
 
Place of Performance
Address: Hanscom Air Force Base, Bedford, Massachusetts, 01730, United States
Zip Code: 01730
 
Record
SN05448578-W 20190919/190917231351-47ca430571e5fdd64d7aa07301a180da (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.