Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912HN19B3003
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Invitation for Bid (IFB) W912HN19B3003 for the Construct Battle Lab Annex Facility, PN 92022, Fort Gordon, GA...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Invitation for Bid (IFB) W912HN19B3003 for the Construct Battle Lab Annex Facility, PN 92022, Fort Gordon, GA. Project scope: Construct a new standalone Battle Lab facility to support the mission of testing operational and training equipment used by the US Army. The facility will also need to contain a Sensitive Compartmented Information facility to support the mission of the Cyber Battle Lab. The SCIF shall include the following: shared work stations, Network Operations and Security Center (NOSC), electronics lab, lab area, conference room with VTC, break area, restrooms, electrical room, mechanical room, communications room, sound attenuation, building information systems, mass notification system, fire detection and suppression system, and intrusion detection system. SCIF Security Administration cost in accordance with Engineering Construction bulletin (ECB) 2012-26 will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (Epact 05) features will be provided. Supporting facilities include site development, utilities and connections (electrical service, water, and sanitary sewer), lighting, paving, parking, storm drainage, information systems, landscaping and singe. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. This is an Unspecified Minor MCA Project intended for FY18 construction. This project will satisfy a total construction requirement. There are no related O&M projects. This project will be placed under contract award during FY17. Air conditioning is estimated at 12 Tons. Air Conditioning (Estimated 12 Tons). The subsequent Contract will result in a C-Type design-bid-build construction contract with a base bid award The Period of Performance is 300 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a 100% small business set-aside procurement. CONSTRUCTION MAGNITUDE: In accordance with FARS 36.204, the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 May 2019 and approximate closing date is on or about 1 July 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.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 Federal Business Opportunities website at http://www.fbo.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 following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.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 Contracting Officer Andrew K. Page at andrew.k.page@usace.army.mil