The RFP Database
New business relationships start here

Cyber Ops Facility


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

SOURCES SOUGHT
W91236-19-B-0024
Cyber Operations Facility
Hampton, VA

This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice.


ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE: 236220.


Project Description:


The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Cyber Operations Facility at Joint Base Langley Eustis - Langley, Hampton, VA. The Cyber Operation Facility includes a Sensitive Compartmented Information Facility (SCIF) and operation support area to conduct training operations. The new facility will incorporate 10,400 gross square feet on a single level. Site work will include import of fill material to raise the finish floor elevation above the floodplain, utility connections, parking lot, and stormwater management features. Building is being designed in accordance with Technical Specification for Construction and Management of Sensitive Compartmented Information Facilities (ICD 705) and construction contractor will be required to adhere to a construction security plan.


The anticipated period of performance is 365 calendar days.


The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million.


The order of magnitude for this effort is between $5,000,000 and $10,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought.


Only interested, capable, qualified and responsive small business contractors with the minimum capabilities (i.e. Refer to Project Description & Description of Experience) are encouraged to reply to this Sources Sought announcement.


Based on definitions above, for each project submitted, include:
a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project
c. Size of the project
d. Dollar value of the project
e. The portion and percentage of work that was self-performed

The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute.


It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information:


General Information:


1. Bidders must complete the attached Sources Sought Bidder Information Form to detail the following:


2. Company name, address, phone number and point of contact.


3. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information.


4. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location.


5. The level of performance and payment bonding capacity that the company could attain for the proposed project.


6. Descriptions of Experience - Provide descriptions of your firm's past experience on projects with:


a. Demonstrate experience with horizontal construction
b. Demonstrate experience with vertical construction
c. Demonstrate experience working on a Department of Defense owned facility.
e. Demonstrate experience with compliance with Virginia Department of Environmental Quality permit requirements
f. Demonstrate experience with construction of sensitive compartmentalized information areas (SCIF) in accordance with requirements of the National Counterintelligence and Security Center Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (ICD 705)
g. Demonstrate experience with construction of a robust telecommunications system including telecommunications spaces, pathways, cabling, and grounding for multiple networks.


7. Provide three (3) examples of successful projects similar to requirements described in the project description above that have been accomplished within the past six (6) years. Please demonstrate six (6) continuous years of successfully accomplishing this type of work at a similar contract value, in a similar type of location. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance on the projects, so that verification can take place.


Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work.


Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at jaime.c.scott@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement.


All responses to this announcement may be sent electronically to allen.s.brainerd@usace.army.mil with copy furnished to dianne.k.grimes@usace.army.mil no later than 1:00p.m. (EDT), 5 June 2019. Limit capability briefing package to 10 pages. Email is the preferred method by USACE to receive responses to this synopsis.


This Sources Sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.


 


Allen S Brainerd, Contracting Specialist, Phone 7572017668, Email allen.s.brainerd@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP