The RFP Database
New business relationships start here

Consolidated Space Operations Facility


Nebraska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Notice Identification Number: W9128F19SM011

This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.


The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $125M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.


Responses are to be sent via email to william.t.rawe@usace.army.mil no later than 2:00 p.m. MST, 27 March 2019. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.


Project Description:


Design-Bid-Build


Construct a three-story Consolidated Space Operations Facility (16,505 SM) with reinforced concrete foundation, steel structure, clad with precast concrete panels and a low slope membrane roof. Construct a new electrical feeder connecting to the central utility plant and a new buried concrete utilidor connection to support redundant potable water, steam and condensate piping service to the new building. Connect the sanitary wastewater, fire protection, and water service to respective infrastructure. Construct a power generation and steam heat plant adjacent/attached to the CSOF to provide back-up power and HVAC. Construct a one-story entry control facility (595 SM) at the south side of the restricted area with reinforced concrete foundation, steel structure, clad with precast concrete panels, a low slope membrane roof and all necessary utilities and infrastructure along with a south vehicle parking lot. The CSOF must be constructed to meet Protection Level 2 requirements and designed for a future expansion. To ensure reliable operations, the CSOF will have multiple active power and cooling distribution paths and redundant components to meet the fault-tolerant facility "Tier IV" standard as defined by The Uptime Institute. The CSOF will include facilities designed and constructed to the current ICD/ICS 705 standards. The CSOF will also include a dining area (585 SM) to support 24/7 operations.


Anticipated Solicitation Process:


The government plans on using the bifurcated BV/TO approach. Below is an example of the process.


1. Government issues solicitation prior to design completion.
2. Offerors submit Volume 1 (Technical Proposal) based on partial design.
3. Government evaluates Volume 1 and moves forward with technically acceptable proposals. Proposals not found technically acceptable are eliminated.
4. At 100% design, the Government issues an Amendment to the Solicitation incorporating 100% design specifications and price schedule. Volume 2 (Price Proposal) is requested.
5. Submission of Volume 2 proposals and establishment of competitive range and open discussions (if necessary).
6. Determination of Apparent Awardee (FAR Part 15 Best Value).
7. Award decision.


Submission Details:


All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.


Please include the following information in your response/narrative:
• Company name, address, and point of contact, with (h)er/is phone number and email address
• Business size to include any official teaming arrangements as a partnership or joint venture
• Details of similar projects and state whether you were the Prime or Subcontractor
• Start and end dates of construction work
• Project references (including owner with phone number and email address)
• Project cost, term and complexity of job
• Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES


Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.


PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $125M.


Telephone inquiries will NOT be accepted.


William Rawe, Contract Specialist, Email william.t.rawe@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP