Information Systems Facility, Joint Base Lewis-McChord (JBLM), WA
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: "Information Systems Facility at Joint Base Lewis-McChord, WA." Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220, "Commercial and Institutional Building Construction," and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: Construct a new 44,384 square foot Information Systems Facility (ISF) for the Network Enterprise Center (NEC) on JBLM, WA. The ISF Project includes departmental workspaces divided into specified security zones that address special use spaces within the ISF. The ISF will include; administrative offices, open office space, multi-purpose meeting rooms, reception area, customer support center and loading/service areas. Technical spaces amounting to approximately 25% of the net square footage include: equipment test lab, telephone switch rooms, telecommunications cable vault, classified and unclassified communications systems and spaces, Network Operations Center (NOC), Communications Security (COMSEC) vault, Secure Video Teleconferencing Center (VTC), and dedicated Uninterruptable Power Supply (UPS) Room. Highest-level security classification for this building is SECRET. Construction also includes: covered storage shelter; pad-mounted redundant power generation; secure organizational vehicle parking; fire protection and alarm systems; Intrusion Detection System (IDS) installation; and Energy Monitoring Control Systems (EMCS) connection. Facilities will be designed to a minimum 40-year life, in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02); including energy efficiencies, building envelope and integrated building systems performance. Supporting facilities include site development, utilities and connections, lighting, organizational and personal vehicle parking. General site work includes sidewalks, curbs, storm water management systems, landscaping, and signage. Heating and air conditioning will be by self-contained systems. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to ten (10) pages (Exclude Joint Venture and Bonding information from page count) and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number and email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business). 3. Three to five examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. b. Demonstrated experience with construction and enhanced commissioning of telecommunications facilities with redundant electrical, telecommunications, and HVAC requirements. c. Demonstrated experience with construction of emergency power generation systems. d. Demonstrated experience with construction of Non-Classified Internet Protocol Router Network (NIPRNet) and Secret Internet Protocol Router Network (SIPRNet) telecommunication systems. e. Demonstrated experience with Building Information Modeling (BIM) with respect to delivery of a final Record BIM, Facility, and CAD Data files reflecting as-built conditions. 4. Of the total summary Description of Proposed Project: a. Do you believe all aspects of the project could be performed by the small business sector? 0 Yes 0 No b. As a 0 large business / 0 small business, what estimated percentage of the TOTAL project would you self-perform? ____% c. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to 0 team or 0 subcontract any work. d. What do you think can be subcontracted out to small business? 0 Small Business (SB) ____% 0 Small Disadvantage Business (SDB) ____% 0 Woman-Owned SB (WOSB) ____% 0 Veteran-Owned SB (VOSB) ____% 0 Service-Disabled VOSB (SDVOSB) ____% 0 Historically Underutilized Business Zone (HUBZone) ____% 5. CAGE code and DUNS number of your firm. 6. Firm's Joint Venture Information, if applicable. 7. Bonding Information: Provide the following, on the Bonding Company's letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 8 April 2019. Submit responses to the attention of John Scola, Contract Specialist at john.p.scola@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »