The RFP Database
New business relationships start here

NATIONAL GROUND INTELLIGENCE CENTER (NGIC) SECURE OPERATIONS AND ADMIN 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
NATIONAL GROUND INTELLIGENCE CENTER (NGIC) SECURE OPERATIONS AND ADMIN FACILITY AT RIVANNA STATION

This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, 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 SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB), SERVICE DISABLED VETERAN OWNED SB (SDVOSB), VETERAN-OWNED SMALL BUSINESS (VOSB), HISTORICALLY UNDERUTILIZED BUSINESS ZONES (HUBZONES), QUALIFIED SECTION 8(A) OR WOMEN-OWNED SMALL BUSINESS (WOSB), QUALIFIED SECTION 8(A) ALASKAN NATIVE/TRIBAL/HAWAIIAN NATIVE CONTRACTORS FIRMS SHOULD RESPOND TO THIS NOTICE UNDER NAICS CODE 236220.


Project Description:
Construct an 80,800 square feet Secure Operations and Administration Facility (SOAF) Addition and multilevel parking structure. Addition will extend the secure boundary of the existing Nicholson building, and include critical laboratory spaces on the first two levels, with workstations and meeting areas on the third level that are structured to accommodate mission, collaboration and training either in a secure or non-secure environment. The addition will tie into the 2nd, 3rd and 4th levels of the existing facility, and include raised access flooring, elevators and restrooms, a fire detection system, fire suppression systems, and mechanical systems that are independent but tied into the existing Nicholson building systems chiller and EMCS. A temporary SCIF boundary wall will be constructed on the connections to the existing facility to keep the existing SCIF accreditation prior to connections from the new addition. Electrical power for the addition will be provided with electrical power from an expansion of the existing building switchgear, and include redundant standby generators and a UPS system for the SCIF information technology center. The building will be designed to comply with TEMPEST standards and accommodate AT/FP requirements including design for progressive collapse. Rock excavation is included to make the addition possible using a cantilever design to reduce construction costs. Supporting facilities will include electric, water and gas distribution, sanitary and storm water drainage systems on and offsite. The parking structure will be built over existing on-grade parking to minimize the amount of additional parking that needs to be provided - 250 additional spaces will be provided on two levels. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance.


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


In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.


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) are encouraged to reply to this Sources Sought announcement.  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, point of contact and point of contact email address.


3.. Please submit your company's Cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB), Qualified Section 8(a) Alaskan Native/Tribal/Hawaiian Native Contractors must be registered in the System for Award Management (SAM) at time of contract award. Please see https://www.sam.gov/portal/public/SAM.for additional registration information.


4. Indicate the primary nature of your business, business size in relation to the NAICS Code 236220, and capability to execute the capabilities listed above.


5. Provide three (3) examples of construction projects completed in the last ten (10) years that demonstrate experience similar in scope and contract value to the project description. Projects that are $25,000,000 or greater are considered to be similar in contract value.


DISCLAIMER -
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 Allen Scott Brainerd at allen.s.brainerd@usace.army.mil and a copy to Dianne Grimes at dianne.k.grimes@usace.army.mil.


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.


All responses to this announcement may be sent electronically to Allen Scott Brainerd at allen.s.brainerd@usace.army.mil and a copy furnished to Dianne Grimes at dianne.k.grimes@usace.army.mil no later than 10:00 a.m., 22 October 2019. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted.


US ARMY CORPS OF ENGINEERS
NORFOLK DISTRICT
ATTN: MS. DIANNE GRIMES
803 FRONT STREET
NORFOLK, VA 23510-1011


Place of Performance:
Rivanna Station


Primary Point of Contact:
Allen Scott Brainerd
Contract Specialist
allen.s.brainerd@usace.army.mil
O: 757-201-7668
F: 757-201-7183
USACE District, Norfolk


Secondary Point of Contact:
Dianne Grimes
Contracting Officer
dianne.k.grimes@usace.army.mil
O: 757-201-7839
F: 757-201-7183
USACE District, Norfolk


 


 


Allen S Brainerd, Contracting Specialist, Phone 7572017668, Email allen.s.brainerd@usace.army.mil - Dianne K. Grimes, Contracting Officer, Phone 757-201-7839, Fax 7572017183, Email dianne.k.grimes@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP