News

FY20 SOF 22 STS Operations Facility at JBLM WA

Type of document: Contract Notice
Country: United States

FY20 SOF 22 STS Operations Facility at JBLM WA

Agency:
Department of the Army

Official Address:
Attn: CENWS-CT
PO Box 3755 Seattle WA 98124-3755

Zip Code:
98124-3755

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

Link:

Date Posted:
15/10/2019

Classification:
Y

Contract Description:

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 FY20 Squadron Operations Facility (SOF) 22nd Street Special Tactic Squadron (STS) Operations Facility, Parachute Drying Tower and Covered Storage at JBLM, WA.

It has been determined that responses to this acquisition will be set aside opportunity for 100% small businesses under the NAICS code 236220.

Project Description:

The USACE Seattle District has a requirement for the construction of a combined 85,000 Square Footage (SF), squadron operations building and eight-story parachute drying tower, 12,000 SF covered storage area, and 60,300 SF of demolition for five buildings/structures at JBLM near Lakewood, WA. The squadron operations facility is located within the McChord Field Area Development Plan. The project will consist of construction of a new multi-building, Special Tactics Squadron (STS) operations compound. Facilities shall have foundations and floor slabs, structural framing, insulated walls and roofs, environmental control (heating, ventilation, and air conditioning), fire detection and suppression, etc. Squadron operations functional areas include: operations with secure planning, logistics, medical, team rooms, simulator room, classroom, associated staff offices, vehicle maintenance shop, storage and staging areas, pre-engineered metal building, antenna farm, radio maintenance, armory, elevator, bathrooms, Aircrew Flight Equipment (AFE) shop, etc. Parachute drying tower is integrated with operations AFE shop and climbing wall. All buildingsтАЩ supporting facilities include utilities and connections, parking (approximately 150 spaces), information systems, extensive telecommunications site development, cyber security measures, Intelligence Community Directive (ICD) 705 security standards and requirements, lighting, paving, walks, curbs, and gutters, landscaping and signage are all inclusive to the project. Special site conditions include potential for asbestos removal during demolition. Special site conditions also includes requirement for multiple retaining walls and storm water runoff control to accommodate significant grade changes on the site IAW JBLMтАЩs MS4 permit requirements and project site is adjacent to a flight line. Coordination with public and private utility contractors required. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings.

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.

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

On or About 31 October 2019, the RFP documents for this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under RFP number W912DW20R0001. Proposals will be due no sooner than 30 calendar days after actual solicitation issue date. NO CDтАЩS 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 OfferorтАЩs 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 тАЬWatchlist.тАЭ If you would like to list your firm so others can see you are an interested vendor, you must click the тАЬAdd Me to Interested VendorsтАЭ 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 which are issued.

Point of Contract:

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.

 

Sol Number:
W912DW20R0001

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy