Search Contract Opportunities

National Guard Readiness Center - 100th Missile Defense Brigade   4

ID: W912LC23B0001 • Type: Presolicitation
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 United States Property and Fiscal Office for Colorado located in Aurora, Colorado intends to issue an Invitation for Bid (IFB) W912LC-23-B-0001, to award a single firm fixed-price (FFP) construction contract for non-personal services, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to complete the construction of a new National Guard Readiness Center for the Missile Defense Brigade on Peterson Space Force Base, Colorado.

DESCRIPTION OF PROJECT: In general, the scope of the project consists of the full development of the <2-acre Readiness Center site will include an 33,812 square foot primary facility that will contain office space, OCIE storage, a secure area, specialized network server room, breakroom, and restrooms. The facility is designed to a minimum life of 50 years IAW UFC 1-200-02 and will be in compliance with DoD Minimum Antiterrorism (AT/FP) building standards, UFC 4-010-01 and UFC 4-010-02. The facility structure will be constructed as steel-framed, non-rated construction, Type IIB per IBC 602.2 and Tables 601/602. Construction consists of a two story building, steel structure consisting of columns, beams, and bar joists with concrete topped decking system for the second floor. Perimeter walls will comprise of light gauge steel infill, with selective locations strap braced for lateral resistance. The roof will be bar joists with a steel roof deck to support mechanical rooftop equipment and future rooftop solar collectors. The roof system has open web steel joists spanning between the wide flange beams. On top of the joists will be a light gauge steel decking attached to the joist to resist wind uplift loads and transmit lateral loads as a diaphragm system. The project includes concrete floors, specialty finishes, energy efficient mechanical and electrical equipment with automated HVAC and building controls; the buildings will be constructed to support a future renewable-energy source that would be installed under a separate project (rooftop solar collectors), and will be constructed to obtain a LEED certified Silver rating in accordance with USGBC LEED certification. Supporting facilities include, but are not limited to all required utility services, all site work, fire detection and alarm systems, emergency generator, potential for electric (photovoltaic), potential geothermal heating, access roads/sidewalks/curb & gutter, storm drainage, POV parking, landscaping, lightning sediment and erosion control, storm water management, and any needed site improvements. The project also includes security access, signage, electrical power, lighting and lighting controls systems, telecommunications infrastructure, plumbing systems, fire suppression and fire alarm/mass notification systems as shown in the contract documents. The grading around the new facility will provide positive drainage away from the building with accessible sidewalk for building access. All site development and utilities shall be in accordance with Peterson Space Force Base CE (Civil Engineering) and IBC requirements. Foundations for the 100th MDB RC building are shallow foundations under gravity columns with square foundation pads. Including ground floors with cast in place concrete slab-on-grade over reconditioned soil in accordance with the geotechnical recommendations. The project is located on a <2-acre site near Patrick Street and Peterson Boulevard at Peterson Space Force Base, Colorado Springs, Colorado.

In addition to the base work described above, the solicitation will include the following option line items:

OPTION(S): 1. Entry and Common Space Enhancements, 2. Envelope Enhancements, 3. Landscape Enhancements, 4. POV Parking Lot Expansion, 5. Additional Excavation and Structural Fill, and 6. Upgraded Mechanical Equipment.

BRAND NAME: This project requires the use of some brand name specific products. A justification will be posted upon issuance of and attached to the solicitation. Brand name products for this acquisition will include:

1. Best Lock Cores Door lock hardware

2. CommScope CommScope Cabling Products

3. Johnson Controls Energy Management Control System (EMCS) and Building Control System (BCS)

4. Edwards Systems Technology (EST), Model EST3 panel - Fire Alarm System

5. AMAG Access Control System and Intrusion Detection System

6. American Power Conversion Uninterrupted Power Supply (UPS)

CONSTRUCTION MAGNITUDE: Construction magnitude of the project is between $10,000,000 and $25,000,000.00 in accordance with FAR 36.204.

PERIOD OF PERFORMANCE: Construction/contract completion time is anticipated to take up to 540 calendar days after notice to proceed, to include inspection and punch list.

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) FFP construction contract with Economic Price Adjustment (EPA). The North American Industry Classification System (NAICS) code for this work is 236220 - Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This action is being procured on a TOTAL SMALL BUSINESS SET ASIDE basis. The small business size standard is $45 million.

LIMITATIONS ON SUBCONTRACTING: Your attention is directed to FAR clause 52.219-14 (e)(3) (DEVIATION 2021-O0008, LIMITATIONS ON SUBCONTRACTING, which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded , applies to this project.

KEY DATES: The tentative date for issuing the solicitation is on or about March 10, 2023. The tentative date for the pre-bid/site visit conference is on or about March 24, 2023 at 10:00 am local time at Peterson SFB, Colorado. Interested contractors are highly encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. Actual dates and times will be identified in the solicitation. All questions for the pre-bid conference must be submitted by March 15, 2023 via email to serena.a.hoppe.civ@army.mil and sabrina.m.deramus.civ@army.mil. All questions for proposal submission will be due no later than March 21, 2023.

Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. PLAN ACCORDINGLY!

The bid opening date is scheduled for on-or about April 11, 2023. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).

The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.

Plans and Specifications will be available as a "controlled package. These type of attachments require special handling due to the information they contain. You are not allowed to access controlled attachments unless your account is associated with an entity that has been certified by the Joint Certification Program.

You will not immediately be permitted to view the document. Your entity's Data Custodian is the only individual authorized to access to the attachment(s). Your entity is responsible for managing the documents in accordance with prescribed directives.

If your entity is not certified by the Joint Certification Program, you can go to https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ to enroll. There is a link for completing DD Form 2345. Please note that the form must be mailed along with additional information, and approval can take several weeks, please start the process now!

In accordance with FAR 36.211(b), the following information is provided:

(1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.

(2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements.

DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's 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.

Overview

Response Deadline
March 1, 2023, 12:00 p.m. EST Past Due
Posted
Feb. 14, 2023, 3:55 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Colorado Springs, CO 80914 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/14/23 Colorado National Guard issued Presolicitation W912LC23B0001 for National Guard Readiness Center - 100th Missile Defense Brigade due 3/1/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC C1AZ.
Primary Contact
Name
Serena Hoppe   Profile
Phone
(720) 250-4041

Secondary Contact

Name
Sabrina M. DeRamus   Profile
Phone
(720) 250-4031

Documents

Posted documents for Presolicitation W912LC23B0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912LC23B0001

Award Notifications

Agency published notification of awards for Presolicitation W912LC23B0001

Contract Awards

Prime contracts awarded through Presolicitation W912LC23B0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912LC23B0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912LC23B0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7MY USPFO ACTIVITY CO ARNG
FPDS Organization Code
2100-W912LC
Source Organization Code
100232394
Last Updated
March 16, 2023
Last Updated By
sabrina.m.deramus.civ@mail.mil
Archive Date
March 17, 2023