Langley Cyber Ops
Cyber Operations Facility at Joint Base Langley Eustis - Langley, Hampton VA This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this not... Cyber Operations Facility at Joint Base Langley Eustis - Langley, Hampton VA 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 an Invitation for Bids (IFB) for the acquisition of a Cyber Operations Facility at Joint Base Langley Eustis - Langley, Hampton VA. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. The requirement will be 100% Small Business Set-Aside. The applicable NAICS code is 236220, Commercial and Institutional Building Construction with a Business Standard of $36.5 Mil. The Government intends to award a firm-fixed-price (FFP) Sealed Bid contract with two (2) base line items and four (4) option line items. The Statutory Cost Limitation is $9,028.00. This effort will require the services of a construction firm capable of constructing The Cyber Operation Facility includes a Sensitive Compartmented Information Facility (SCIF) and operation support area to conduct training operations. The new facility will incorporate 10,400 gross square feet on a single level. Site work will include import of fill material to raise the finish floor elevation above the floodplain, utility connections, parking lot, and stormwater management features. Building is being designed in accordance with Technical Specification for Construction and Management of Sensitive Compartmented Information Facilities (ICD 705) and construction contractor will be required to adhere to a construction security plan The contract completion date will be 365 calendar days after 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 bidder whose proposal conforms to the terms of the IFB notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through an IFB Sealed bid process with definitive responsibility criteria. The apparent successful bidder shall be required to submit sufficient documentation to the Contracting Officer to enable an affirmative determination of responsibility with respect to the general standards of responsibility. In addition to the general standards of responsibility, the Government has developed special standards of responsibility for this procurement in accordance with FAR 9.104-2 (Definitive Responsibility Criteria). The apparent successful bidder shall submit prior construction experience to demonstrate it possesses the specialized experience to perform the requirements if awarded the contract. Submission Requirements. The apparent successful bidder must submit at least one project, comparable in scope and complexity to the project defined in this solicitation, which demonstrates experience for EACH enumerated specialized construction requirement below: 1. Past experience with Sensitive Compartmented Information Facility (SCIF) Construction 2. Past experience with Office Construction. A submitted project must include a project synopsis that includes the following elements: a. Project title b. Dollar value at award c. Dollar value at completion d. Date awarded e. Date completed or anticipated completion date. Include percent complete if currently under construction. f. Identify if the project shows responsibility of the offeror or a proposed subcontractor. g. A brief project description of the project, to include how the project demonstrates the prime or subcontractor responsibility in relation to the criteria. A submitted project must have been completed within the ten (10) years preceding the date of the Solicitation for requirement one and five (5) years for requirement two. For ongoing construction projects, the project must be at least 75% complete as measured by the invoiced value as of the date of the solicitation. Each submitted project synopsis is limited to one 8 ½ x 11 inch single-sided page, single-spaced, Times New Roman, Font 12. One project may be used to demonstrate experience for more than one specialized construction requirement, if applicable. No more than three (3) projects may be submitted. If the apparent successful bidder intends to demonstrate experience for a specialized construction requirement by submitting the experience of a subcontractor, the project synopsis should clearly indicate what scope(s) of work will be subcontracted to that party. In addition, the apparent successful bidder must submit a letter providing an unequivocal commitment to perform the pertinent work if the prime contractor is awarded the contract. The letter of commitment must submitted on the subcontractor's letterhead and signed by a representative authorized to bind the subcontractor. The Government reserves the right to validate the matters responsive to all responsibility criteria through review of CPARS and other DOD or Government appraisal systems. THE APPARENT SUCCESSFUL BIDDER WILL BE REQUIRED TO SUBMIT MATTERS RESPONSIVE TO THE GENERAL AND DEFINITIVE RESPONSIBILITY CRITERIA WITHIN 72 HOURS OF BID OPENING. The apparent successful bidder shall be required to submit sufficient documentation to the Contracting Officer to enable an affirmative determination of responsibility with respect to the general standards of responsibility. In addition to the general standards of responsibility, the Government has developed special standards of responsibility for this procurement in accordance with FAR 9.104-2 (Definitive Responsibility Criteria). The apparent successful bidder shall submit prior construction experience to demonstrate it possesses the specialized experience to perform the requirements if awarded the contract. Submission Requirements. The apparent successful bidder must submit at least one project, comparable in scope and complexity to the project defined in this solicitation, which demonstrates experience for EACH enumerated specialized construction requirement below: 3. Past experience with Sensitive Compartmented Information Facility (SCIF) Construction 4. Past experience with Office Construction. A submitted project must include a project synopsis that includes the following elements: h. Project title i. Dollar value at award j. Dollar value at completion k. Date awarded l. Date completed or anticipated completion date. Include percent complete if currently under construction. m. Identify if the project shows responsibility of the offeror or a proposed subcontractor. n. A brief project description of the project, to include how the project demonstrates the prime or subcontractor responsibility in relation to the criteria. A submitted project must have been completed within the ten (10) years preceding the date of the Solicitation for requirement one and five (5) years for requirement two. For ongoing construction projects, the project must be at least 75% complete as measured by the invoiced value as of the date of the solicitation. Each submitted project synopsis is limited to one 8 ½ x 11 inch single-sided page, single-spaced, Times New Roman, Font 12. One project may be used to demonstrate experience for more than one specialized construction requirement, if applicable. No more than three (3) projects may be submitted. If the apparent successful bidder intends to demonstrate experience for a specialized construction requirement by submitting the experience of a subcontractor, the project synopsis should clearly indicate what scope(s) of work will be subcontracted to that party. In addition, the apparent successful bidder must submit a letter providing an unequivocal commitment to perform the pertinent work if the prime contractor is awarded the contract. The letter of commitment must submitted on the subcontractor's letterhead and signed by a representative authorized to bind the subcontractor. The Government reserves the right to validate the matters responsive to all responsibility criteria through review of CPARS and other DOD or Government appraisal systems. THE APPARENT SUCCESSFUL BIDDER WILL BE REQUIRED TO SUBMIT MATTERS RESPONSIVE TO THE GENERAL AND DEFINITIVE RESPONSIBILITY CRITERIA WITHIN 72 HOURS OF BID OPENING. The IFB and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about 13 August 2019. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders must be registered in the System for Award Management (SAM) in order to be eligible for award. For inquiries about this synopsis, please contact Allen ‘Scott' Brainerd at allen.s.brainerd@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »