Search Contract Opportunities

Construction of the NASIC Intelligence Production Center located at Wright-Patterson Air Force Base   4

ID: W912QR20R0002 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THE ATTACHED SOLICITATION DOCUMENT DOES NOT INCLUDE THE PLANS AND SPECIFICATIONS. THE FULL PACKAGE WILL BE PROVIDED VIA SECURE SITE BY THE GOVERNMENT TO THOSE FIRMS THAT HAVE BEEN COMPLETELY VETTED IN ACCORDANCE WITH THE INFORMATION PROVIDED BELOW. SUBMIT REQUESTS FOR THE COMPLETE SOLICITATION PACKAGE TO BJORN HALE AT BJORN.T.HALE2@USACE.ARMY.MIL.

**** Security Requirements ****

Due to the sensitivity of this project, all solicitation materials will be provided via a secure site by the Government.

Potential Offerors have two (2) steps to complete prior to being able to receive solicitation materials.

(1) Potential Offerors have to verify that their company and personnel are U.S. citizens; and

(2) verify that their company is currently certified in the Joint Certification Program (JCP) run by DLIS. Information on this certification program is available at:

http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisiticsApplications/JCP/FAQ/.

Potential Offerors are encouraged to begin the registration process as early as possible as it may take 6-8 weeks for new registrants to be certified.

A follow on vetting by the Government will take place to ensure there is no adverse information on the company that demonstrates a risk to national security or could demonstrate a vulnerability to the project. PLEASE NOTE: No documentation need be submitted for completion of the vetting process. This step is to be completed by Government personnel.

Please submit your U.S. owned certification letter as well as verification of your enrollment in the JCP to Miriaha Sigmon at Miriaha.d.sigmon@usace.army.mil.

PLEASE NOTE: Only after completion of these three (3) items will potential Offerors be granted access to secure solicitation documents; which are to be released in January. Offerors will receive an e-mail with confimation that your firm has been successfully vetted. Also, this process is project specific. No other secure projects which have required similar actions will count toward your ability to gain access to this solicitation, therefore, please respond and submit the required documentation, if interested.

**** Security Requirements ****

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District has issued a Request for Proposal (RFP) W912QR20R0002 for the construction of the NASIC Intelligence Production Center located at Wright-Patterson Air Force Base.

The project is for the addition of a controlled/secured multi-floor facility to intelligence production facilities at Wright Patterson Air Force Base. Work includes structural frame, metal panel & pre-cast exterior walls; computer room with raised floor, intelligence production, freight and personal elevators, and communications computer equipment; 2,500 KW emergency generator; and atrium. Alteration activities include measures to ensure code compliant facility connection to the new addition; mitigate multiple Fire Safety Deficiency 1's by eliminating 3 dead-end corridors, 4 exit door bottlenecks, and provide required egress. Overall project will add approximately 256,000 SF and alter approximately 22,500 SF.

The contract duration is 900 calendar days.

SUBJECT TO THE AVAILABILITY OF FUNDS: Award will not be made until funds are available.

TYPE OF CONTRACT AND NAICS: This Request for Proposal (RFP) will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220.

TYPE OF SET-ASIDE: This acquisition will be a full and open competition.

SELECTION PROCESS: This is a single-phase procurement, being issued in two (2) staggers*, following the trade-off (best value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government.

*The intent of the stagger 1 solicitation will be to provide Offerors with the plans and specifications to this point. The completed plans and specifications will be released as part of stagger 2 solicitation/amendment. Please note that any bidder inquiries related to the technical details of the solicitation during the stagger 1 phase will not be addressed until after the stagger 2 solicitation/amendment is released.

CONSTRUCTION MAGNITUDE: The magnitude of the project is anticipated to be between $100,000,000 and

250,000,000 in accordance with FAR 36.204.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the General Services Administration Contract Opportunities website,

http://www.beta.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the General Services Administration Contract Opportunities website at http://www.beta.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will 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.

REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at

http://www.beta.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Bjorn Hale, at

Bjorn.T.Hale2@usace.army.mil.

For Assistance with https://beta.sam.gov/ please contact the Federal Service Desk Directly at https://fsd.gov/fsdgov/

home.do or 866-606-8220.

Overview

Response Deadline
May 26, 2020, 10:00 a.m. EDT (original: March 30, 2020, 10:00 a.m. EDT) Past Due
Posted
Feb. 28, 2020, 7:14 a.m. EST (updated: May 8, 2020, 10:02 a.m. EDT)
Set Aside
None
Place of Performance
Wright Patterson AFB, OH United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 2/28/20 USACE Louisville District issued Solicitation W912QR20R0002 for Construction of the NASIC Intelligence Production Center located at Wright-Patterson Air Force Base due 5/26/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Bjorn T. Hale   Profile
Phone
(502) 315-6571

Documents

Posted documents for Solicitation W912QR20R0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR20R0002

Award Notifications

Agency published notification of awards for Solicitation W912QR20R0002

Contract Awards

Prime contracts awarded through Solicitation W912QR20R0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR20R0002

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR20R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
July 1, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 1, 2020