Search Contract Opportunities

RECORDS CENTER REPLACEMENT (RCR) AND MERCURY FLORA (MCF) FACILITIES, FORT GEORGE G. MEADE, MD   6

ID: W912DR20R0007 • 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

Posted: Nov. 30, 2020, 10:27 a.m. EST

The proposal response date and time is 02-Dec-2020 at 11:00 AM EST.

****************************************************************************************************************************************************

Amendment 0001 (November 3, 2020): Solicitation W912DR20R0007 is hereby amended to provide official responses to ProjNet Bidder Inquiries, provide revisions to section 00 21 16 of the solicitation and extend the proposal response date and time from 30-Nov-2020, 11:00AM EST to 02-Dec-2020, 11:00 AM EST. All other terms and conditions remain unchanged. See the attached amended solicitation dated November 3, 2020 for additional details.

*****************************************************************************************************************************************************

Original (October 15, 2020)

Records Center Replacement (RCR) and Mercury Flora (MCF) Facilities, Fort George G. Meade, MD.

Project Description:

Design and construct two (2) new, separate, State-of-the-Art structures/buildings known as Records Center (RCR) and Mercury Flora (MCF) on Fort George G. Meade, Maryland. The two buildings are in the general vicinity of each other and will share the same site. In addition, to provide space for RCR/MCF, the scope also includes full structural demolition of one large aging existing warehouse/administration facility (Approx. 132,000 SF) and five other smaller existing out-buildings (Approx. 11,000 SF total).

The RCR facility is an 85,000 SF multi-story administrative and warehouse structure for staff to perform records management functions. This facility will include secure access, administrative areas, office areas, shared workstations, conference rooms, break rooms, lockers, high-bay, humidity-controlled records storage module with cold storage rooms. The storage area will have super-flat concrete floors, fixed shelving and open storage spaces. There will also be supporting warehouse spaces for shipping and receiving, decontamination, records staging, packaging, and forklift charging.

The MCF facility is a 250,000 SF multi-story administrative and warehouse structure to support light industrial warehouse and administrative functions. This facility will include secure access, high-bay, loading dock, industrial workshops, IT rooms, lobby, administration areas, office areas, conference areas, break rooms, caf , storage areas, and an on grade corridor connection to another existing facility.

Both facilities consists of core and shell structure and foundation; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. Both facilities will be built to ICD-705 Sensitive Compartmented Information Facility (SCIF) standards. MCF and RCR includes redundant primary power and Uninterruptable Power Supply (UPS) and Uninterruptable Mechanical Supply (UMS) systems to ensure continuity of operations.

Site infrastructure for both facilities will include primary electrical service to the site, water, sewer, stormwater and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards and roads. Perimeter security reconstruction and extension is required with road improvements. Both Facilities will strive to meet LEED Silver certificate and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007. Low Impact Development will be included in the design and construction of this project as appropriate.

Acquisition Description:

This is a competitive acquisition for the award of a Fixed Price Award Fee (FPAF), Two-Phase Design-Build (DB) construction C-type contract. It is anticipated to be solicited on an unrestricted basis. The contract will be awarded to the Offeror whose proposal represents the Best Value to the Government based on the tradeoff process in Phase I and II. The best value determination will be based on a comparative assessment of proposals against all source selection criteria in the solicitation, considering recommendations and any minority opinions presented to the Source Selection Authority (SSA). While the SSA may use reports and analyses prepared by others, the source selection decision shall represent the SSA's independent judgment.

This is Phase I of a Two-Phase request for proposal (RFP) issued in accordance with FAR Subpart 36.3. This RFP is requesting submission of proposals under Phase I submission criteria ONLY. After evaluating Phase I proposals, the contracting officer will select the most highly qualified Offerors and request that only those Offerors submit proposals for Phase II. It is the Government's intention to advance up to three (3) of the most highly qualified Offerors from Phase I to Phase II.

Posted: Nov. 3, 2020, 6:53 p.m. EST
Posted: Oct. 15, 2020, 4:38 p.m. EDT

Overview

Response Deadline
Dec. 2, 2020, 11:00 a.m. EST (original: Nov. 30, 2020, 11:00 a.m. EST) Past Due
Posted
Oct. 15, 2020, 4:38 p.m. EDT (updated: Nov. 30, 2020, 10:27 a.m. EST)
Set Aside
None
Place of Performance
Fort George G Meade, MD United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 10/15/20 USACE Baltimore District issued Solicitation W912DR20R0007 for RECORDS CENTER REPLACEMENT (RCR) AND MERCURY FLORA (MCF) FACILITIES, FORT GEORGE G. MEADE, MD due 12/2/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Title
Contract Specialist
Name
Sierra S. Marshall   Profile
Phone
(240) 636-9615

Documents

Posted documents for Solicitation W912DR20R0007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912DR20R0007

Award Notifications

Agency published notification of awards for Solicitation W912DR20R0007

Contract Awards

Prime contracts awarded through Solicitation W912DR20R0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DR20R0007

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DR20R0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
Dec. 17, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 17, 2020