The RFP Database
New business relationships start here

Space Control Facility


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

SPACE CONTROL FACILITY, SOURCES SOUGHT. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. The Colorado Air National Guard and the USPFO for Colorado may issue a solicitation and award of a contract to provide all labor, transportation, materials, and equipment necessary to construct a new Space Control Facility located at Peterson Air Force Base, Colorado. The magnitude of this project is between $5,000,000 and $10,000,000.
Project square footage is estimated at 12,100 SF. Scope of the project includes but is not limited to: Constructing a 12,100 SF Space Control Facility utilizing conventional construction methods. It will consist of space for Command and Administration, Operations, Maintenance, Security Forces, and Support. Facilities will be permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This facility will be compatible with applicable DoD, Air Force, and Peterson Air Force base standards. In addition, local materials and construction techniques shall be used where cost effective. The facility and site will comply with DoD antiterrorism/force protection requirements. Improvements will include new utility connections and selective re-routings as required; flexible pavement; and general site improvements to include equipment pad, utility services, roadways, sidewalks, access pavements, drainage, fencing, and gates. Special Construction Requirements: Provide for open floor plan with Sensitive Compartmented Information Facility (SCIF) space. HAZMAT Storage to include space for fuel storage, used oil depositary and flammable storage locker. Facility and equipment require Protection Level 3. A Secure Room will be constructed to the standards for a Sensitive Compartmented Information Facility (SCIF) and will be heavily documented/photographed and tested. Subsequent to this project's completion this SCIF Secure Room will seek accreditation.


The project will have various LEED requirements that will allow it to meet the High Performance and Sustainable Building (HPSB) requirements in order to accomplish UFC required third party certification.


All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a bid as a prime contractor no later than 13 June 2019 at 1300 hours Eastern Standard Time.


NAICS Code 236220 applies to this project. Your attention is directed to FAR Clause 52.219-14(c)(3) LIMITATIONS ON SUBCONTRACTING which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business.


This notification, which shall not exceed five (5) single sided typewritten pages, must include 1) a positive statement of intent to bid as a prime contractor and 2) a completed and signed Sources Sought Information Request Form and 3) a listing of projects completed within the last three (3) years completed for both Federal, State, Local and private commercial industry clients and 4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project.


Include the following information for each project listed: the type of project, the total dollar value, the contract number, the location of performance, and the point of contact for owner/client, and any SCIF components included in the project. Indicate if your firm was a prime or subcontractor during performance of the listed project, and if your firm was a subcontractor, provide the name and point of contact information for the prime contract holder.


In the event that adequate and qualified small business contractors are not available for adequate competition of this project, it may be advertised as unrestricted.


Small Business (SB) Set‐Aside Determination: The Government reserves the right to determine if a SB set‐aside is appropriate, as well as one of the targeted socio‐economic programs (HUBZone small business, Small
Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the
Small Business Act (15 U.S.C. 637 (a)), or Service Disabled Veteran Owned Small Business, based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set‐aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort.


Completed information shall be sent electronically to Sabrina DeRamus: sabrina.m.deramus.civ@mail.mil. Email subject line shall be titled- SOURCES SOUGHT PROJ COANG SPACE CONTROL FACILITY - [INSERT YOUR FIRMS NAME].
No hand delivered or facsimile responses will be accepted.


 


Sabrina M. DeRamus, Contract Specialist, Phone 720-250-4032, Email sabrina.m.deramus.civ@mail.mil - Whitney L Arkle, Contracting Officer, Phone 720-250-4031, Email whitney.l.arkle.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP