Tender Details
Title

Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
08.10.2024
Deadline Date
08.11.2024
Overview
Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA Solicitation AMENDMENT 0002 IS ISSUED ONLY TO THOSE OFFERORS INVITED BY THE GOVERNMENT TO PARTICIPATE IN PHASE II. Request for Proposal (RFP) W912QR24R0052 for the design and construction of a 21,500 S W912QR24R0052 America/New_York DEPT OF DEFENSE Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA America/New_York eMail : bonny.c.dylewski@usace.army.mil Bonny Dylewski California USA UNITED STATES W912QR24R0052 AMENDMENT 0002 IS ISSUED ONLY TO THOSE OFFERORS INVITED BY THE GOVERNMENT TO PARTICIPATE IN PHASE II. Request for Proposal (RFP) W912QR24R0052 for the design and construction of a 21,500 SF Network Enterprise Center (NEC) on Fort Hunter Liggett, CA. Construct a standard design Information Systems Facility (ISF), organizational vehicle parking, open storage area, and building information systems. The facility includes space for a command center for operations support with video teleconferencing capability, administration, reception, network administrators, operations floor, tech lab, operations center, administrative offices, customer service center, technical assistance for information technology, controlled humidity warehouse, loading dock with receiving zone, shower/locker rooms, and break rooms. Supporting facilities include utilities, fire protection and alarm systems, Utility Monitoring Control Systems (UMCS) connection, uninterrupted power supply, redundant mechanical and electrical systems, heating and cooling, and pavements, walks, and curbs. Site improvements will include site clearing, grading, and landscaping. Low Impact Development Integrated Management Practice measures will be provided. Measures in accordance with the Department of Defense Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services in addition to access for individuals with disabilities will be provided. Heating and air conditioning will be provided by self-contained systems. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Criteria (UFC) 1-200-02 including energy efficiencies, building envelope and integrated building systems performance. Cooling is estimated at 60 tons for the facility with an N+1 redundancy of another 60 tons. Dispose/Demolish 2 buildings at Fort Hunter Liggett, CA (12,457 Total SF). This project contains options. The contract duration is estimated at 900 calendar days from contract Notice to Proceed (NTP). CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) Procurement. SELECTION PROCESS: This is a two-phase Design/Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government. As will be described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, a target of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors as: Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, and Price. The Standard Form 1442, a Project Labor Agreement, and (for Large Businesses) a Subcontracting Plan will also be required. All evaluation factors, other than cost or price, are considered approximately equal to cost or price. Oral Presentations: For selected offerors who are invited to participate in Phase II of the solicitation, it is anticipated that the source selection process will also include the requirement for an Oral Presentation as part of the Phase II technical proposal. The Oral Presentation will require selected offerors to provide a real-time oral proposal presentation to the Government and respond to questions; these questions will be limited to clarifications. Discussions shall not be conducted in relation to the oral presentation. Therefore, the offeror shall accept that opportunities to address deficiencies through their oral presentation will not exist. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. **Amendment 0001 was issued on 15 July 2024. ** Amendment 0002 for Phase II is issued on 08 October 2024. Only selected offerors invited by the Government to participate in Phase II are eligible to participate and submit an offer for Phase II. **OFFER DUE DATE AND TIME IS BASED ON EASTERN STANDARD TIME (EST). SOLICITATION WEBSITES: The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.sam.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/offerors are required to register at the SAM website at https://www.sam.gov. From SAM.gov, all relevant files can be downloaded by go to the "Attachment/Links" section. Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the "Attachments" section for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check both websites 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. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/ Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ and then clicking on: "View FFP Contract Changes Playbook Here." POINT-OF-CONTACT: The point-of-contact for this procurement is Bonny Dylewski, at bonny.c.dylewski@usace.army.mil NAICS Code : 236220 PSC Code : Y1BG Phone : 5023156177
NAICS
Power Business Navigational Electric Power Transmission Ventilation Regulation and Administration of Communications Financial Transactions Processing Plumbing Automatic Environmental Control Manufacturing for Residential Automotive Body Fire Protection Construction Pulp Commercial Regulation and Administration of Communications Measuring Agriculture Plumbing Navigational Financial Transactions Processing Fire Protection Photographic Film Other Similar Organizations (except Business Management Other Similar Organizations (except Business Ventilation Construction Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts System, storage and content management software package Networks Networking, Internet and intranet software development services Control, safety, signalling and light equipment Calendars Sections Construction, foundation and surface works for highways, roads Control, safety or signalling equipment for inland waterways Wells construction work Office, school and office equipment cleaning services Records Heating works Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Electricity, heating, solar and nuclear energy Control, safety or signalling equipment for port installations Command, control, communication and computer systems Paper, printing and bookbinding machinery and parts System, storage and content management software development services Forms Networking, Internet and intranet software package Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning pr... Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Parts of other vehicles Information systems Other services Posts Landscaping work Seats, chairs and related products, and associated parts Envelopes Control, safety or signalling equipment for roads Goods used in construction Envelopes, letter cards and plain postcards Electrical, electromagnetic and mechanical treatment Architectural, construction, engineering and inspection services Administration, defence and social security services Cans Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates Canned goods
UNSPSC
Post Warehouse Calendars Alarm systems Awards Business cases Storage Utilities Fire protection General goods storage Case making services IP phones Clinical Chemistry Analyser, portable Power Supply, Computer Flight Operations Automation, Design And Construction Power supply Tent, for office use Suction pump, electrical
Regions
APEC Countries North America Northern America
Sectors
Civil Works Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Energy Postal and Courier Services Roads and Highways-Bridge Infrastructure Environmental Work Printing and Publishing Services Railways-Rail-Railroad Information Technology-IT Defence and Security Electricity Technology Hardware and Equipment Construction Energy-Power and Electrical Computer Hardwares and Consumables Paper and Packaging Industry Laboratory Equipment and Services Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert