Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

Y -- National Ground Intelligence Center (NGIC) Secure Operations and Admin Facility, Rivanna Station Virginia

Notice Date
2/13/2020 3:39:55 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620R0007
 
Response Due
5/4/2020 7:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Stephen Astwood, Phone: 7572017145, Fax: 7572017183, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
stephen.d.astwood@usace.army.mil, dianne.k.grimes@usace.army.mil
(stephen.d.astwood@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
SOLICITATION POSTING AMENDED PRE-SOLICITATION NOTICE NATIONAL GROUND INTELLIGENCE CENTER (NGIC) SECURE OPERATIONS AND ADMIN FACILITY, RIVANNA STATION, VIRGINIA This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) for the acquisition of a National Ground Intelligence Center (NGIC) Secure Operations and Admin Facility, Rivanna Station, Virginia.� This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. The requirement will be solicited unrestricted, with full and open competition. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction with a Business Standard of $39.5M.� The Government intends to award a firm-fixed-price (FFP) contract with approximately thirty-nine (39) Contract Line Item Numbers. The magnitude of construction is between $25,000,000 and $100,000,000., in accordance with DFARS 236.204- Disclosure of the magnitude of construction projects.�� Project Description:� Construct an 80,800 square feet Secure Operations and Administration Facility (SOAF) Addition and multilevel parking structure. Addition will extend the secure boundary of the existing Nicholson building, and include critical laboratory spaces on the first two levels, with workstations and meeting areas on the third level that are structured to accommodate mission, collaboration and training either in a secure or non-secure environment. The addition will tie into the 2nd, 3rd and 4th levels of the existing facility, and include raised access flooring, elevators and restrooms, a fire detection system, fire suppression systems, and mechanical systems that are independent but tied into the existing Nicholson building systems chiller and EMCS. A temporary SCIF boundary wall will be constructed on the connections to the existing facility to keep the existing SCIF accreditation prior to connections from the new addition. Electrical power for the addition will be provided with electrical power from an expansion of the existing building switchgear, and include redundant standby generators and a UPS system for the SCIF information technology center. The building will be designed to comply with TEMPEST standards and accommodate AT/FP requirements including design for progressive collapse. Rock excavation is included to make the addition possible using a cantilever design to reduce construction costs. Supporting facilities will include electric, water and gas distribution, sanitary and storm water drainage systems on and offsite. The parking structure will be built over existing on-grade parking to minimize the amount of additional parking that needs to be provided - 250 additional spaces will be provided on two levels. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Estimated completion date is 1095 calendar days from notice to proceed. Contractors will be required to submit bonding documents prior to award. The Government intends to award a firm fixed priced contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through a RFP Best Value Trade-off process.� The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov on or about February 6, 2020.�� Telephone calls or written requests for the RFP package will NOT be accepted.� Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract For inquiries about this notice, please contact Mr. Stephen Astwood at (757) 201-7145 or stephen.d.astwood@usace.army.mil In accordance with Department of Defense Instruction (DoDI 5230.24), this procurement will contain Controlled Unclassified Information (CUI) and contains the following distribution statement: DISTRIBUTION STATEMENT D. Distribution authorized to the Department of Defense and U.S. DoD contractors only for Vulnerability Information on 21 January 2020. Other requests shall be referred to NGIC S2. Prospective offerors will be required to provide a DD2345 for vetting to be cleared to receive the Drawings and Specifications.� The cut-off period will be seven (7) days from release of the solicitation; however, prospective offerors may submit their DD2345 from release of this pre-solicitation notice until the cut-off period after release of the solicitation.� �Please submit your DD2345 to Stephen Astwood at stephen.d.astwood@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17f779f24f5845ac985daa6a79cd7377/view)
 
Record
SN05561936-F 20200215/200213230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.