The RFP Database
New business relationships start here

Information Systems Facility, Joint Base Lewis-McChord (JBLM), WA


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

Request for Proposal (RFP) Posted.


FOR INFORMATION ONLY: This Synopsis/Pre-solicitation Notice is ONLY A NOTIFICATION that a Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS/Pre-solicitation notice should be submitted in writing by email to the Contract Specialist as noted below.



The U.S. Army Corps of Engineers, Seattle District (NWS) intends to issue a Design Bid Build (DBB), RFP for the construction of the Information Systems Facility at Joint Base Lewis-McChord (JBLM) in Washington State.


It has been determined that responses to this acquisition will be Unrestricted - open to both large and small businesses under the NAICS code 236220.


Project Description:


Construct a new 44,832 square foot Information Systems Facility (ISF) for the Network Enterprise Center (NEC) on JBLM, WA. The ISF Project includes departmental workspaces divided into specified security zones that address special use spaces within the ISF. The ISF will include; administrative offices, open office space, multi-purpose meeting rooms, reception area, customer support center and loading/service areas. Technical spaces amounting to approximately 25% of the net square footage include: equipment test lab, telephone switch rooms, telecommunications cable vault, classified and unclassified communications systems and spaces, Network Operations Center (NOC), Communications Security (COMSEC) vault, Secure Video Teleconferencing Center (VTC), and dedicated Uninterruptable Power Supply (UPS) Room. Highest-level security classification for this building is SECRET. Construction also includes: covered storage shelter; pad-mounted redundant power generation; secure organizational vehicle parking; fire protection and alarm systems; Intrusion Detection System (IDS) installation; and Energy Monitoring Control Systems (EMCS) connection. Facilities will be designed to a minimum 40-year life, in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02); including energy efficiencies, building envelope and integrated building systems performance. Supporting facilities include site development, utilities and connections, lighting, organizational and personal vehicle parking. General site work includes sidewalks, curbs, storm water management systems, landscaping, and signage. Heating and air conditioning will be by self-contained systems.


In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. The NAICS code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5M. The resulting contract will be firm fixed-price.


NOTE: The solicitation will be a Request for Proposals (RFP) utilizing a Two-Part bifurcated solicitation process. The issuance of the RFP on the Federal Business Opportunities website, FBO.gov, will be a request for the technical proposal initially (Part One). At a later date, ONLY the Offerors which responded with the technical proposal will be sent an Amendment requesting the price proposal (Part Two). This process will be explained in more depth with the issuance of the RFP and Offerors will be given the opportunity to ask clarification questions via the ProjNet.


A site visit will be offered approximately two weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit.


On or About 26 September 2019, the RFP documents for this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under RFP number W912DW19R0025. Proposals will be due no sooner than 30 calendar days after actual solicitation issue date. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation.


The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued.


POINT-OF-CONTACT:


The point-of-contact for administrative or contractual questions is John Scola at email: John.P.Scola@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the RFP process.


 




JOHN SCOLA, CONTRACT SPECIALIST, Email JOHN.P.SCOLA@USACE.ARMY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP