USACE posts solicitation for IC construction projects

On June 12, the U.S. Army posted a solicitation for Intelligence Community construction projects (Solicitation Number: W912DR-17-R-0024). The last day to request proposal information is July 10.

The U.S. Army Corps of Engineers (USACE) Baltimore District, Real Property Services Field Office (RSFO) is issuing this solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to be performed within the Continental United States (CONUS), Hawaii and Alaska. This SATOC will include both design-build and design-bid-build task orders that will be executed by a single contractor/awardee.
This proposed procurement is being solicited on an unrestricted basis and the NAICS Code is 236220 with a small business size standard of $33,500,000.00. This procurement is being advertised as a Two Phase Request for Proposal (RFP) and the resultant contract will be issued for a three year period of performance. The total capacity for the contract will be $112,000,000.00. A bond surety letter will be required in accordance with the phase 1 proposal instructions.

The scope of this contract encompasses a broad variety of construction projects for the Intelligence Community (IC) and other DoD organizations and other agencies, organizations, and branches of the U.S. Government and other customers within the supported secure community. The customers (users) to be serviced by this contract will predominately belong to secure agencies. These type of customers have assets distributed throughout CONUS, Hawaii and Alaska.

The type of work performed will be in both secure and non-secure locations. Projects may include a broad variety of major and minor repair, modification, renovations, rehabilitation, alterations, Design-Build, Design-Bid-Build and new construction projects in a Secure Environment as well as work within Sensitive Compartmented Information Facilities (SCIF). The work envisioned is construction-related and may include very technical electrical work to include but not limited to server rooms, uninterruptable power supplies (UPS), generators, redundant power, high volume office spaces, power whips and terminations, receptacles, panel breakers, grounding, and under both raised/sunken access floors. Work will also include very technical mechanical work to include a variety of mechanical systems, server rooms, heating ventilation and air conditioning (HVAC), supervisory control and data acquisition (SCADA), and building management system (BMS) tie-in.

An active TOP SECRET Facility Site Clearance is required at the time the offer is due, at time of award, and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified in block 14 of the Standard Form 1442 must have the TOP SECRET Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B forms a Joint Venture called Company AB, then Company AB must have an active TOP SECRET Facility Site Clearance. Even if both Company A and Company B each individually possess the clearance, unless Company AB possesses its own TOP SECRET Facility Site Clearance, the proposal will not be eligible for award.

Full information is available here.

Source: FedBizOpps