Indiana Bids > Bid Detail

Presolicitation for Crane IN SMR B3168 Security Upgrades

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159913167775075
Posted Date: Feb 15, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/7daac2cdf4...
Follow
Presolicitation for Crane IN SMR B3168 Security Upgrades
Active
Contract Opportunity
Notice ID
W912QR24B0005
Related Notice
W912QR24B0005
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 15, 2024 02:44 pm EST
  • Original Published Date: Feb 12, 2024 12:23 pm EST
  • Updated Response Date: Feb 26, 2024 12:00 pm EST
  • Original Response Date: Feb 26, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Crane , IN
    USA
Description View Changes

AMENDMENT TO PRE-SOLICITATION NOTICE



*The initial notice did not contain the JCP requirements for this project. Please see revised pre-solicitation notice below.





Building 3168 Security Upgrades Pre-Solicitation Synopsis



DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) *******for The Building 3168 Security Upgrades at the Naval Strategic Warfare Center (NSWC) Crane, Indiana. The proposed design/bid/build project will be for the construction of one (1) facility. The project shall renovate approximately 3,000 SF of Building 3168 bringing the space to comply with UFC 4-010-05 Sensitive Compartmented Information Facilities Planning/ICD 705 standards. The area shall include administrative space, a conference room, a secure vault, entry vestibule, server room and required mechanical, electrical and communication rooms. Work shall include selective demolition; new interior construction to include walls, floors and ceilings as well as finishes; systems furniture, doors and door hardware; new UPS and emergency backup generator; and fire suppression system. The facility will be occupied during construction.





TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 – Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This acquisition will be advertised as 100% Small Business.





SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted.





CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000.00 and $5,000,000.00 in accordance with FAR 36.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 26 February 2024. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://Sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.



REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://Sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.



JCP REQUIREMENTS:



Due to the sensitivity of this project, all Solicitation materials will be provided via a secure site by the Government only to offerors that have been vetted and approved via the procedures described below. Potential offerors must submit the following prior to being able to receive solicitation materials:



(1) Potential offerors must submit a letter certifying that their company is owned by US citizens, and that all personnel are US Citizens; and



(2) Potential offerors must verify that their company is currently certified in the Joint Certification Program (JCP) run by DLIS. Information on this certification program is available at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/FAQ/.



Potential offerors are encouraged to begin the registration process as early as possible as it may take multiple weeks for new registrants to be certified.



Please submit your US-Owned Certification Letter as well verification of your JCP certification to Stephanie Drees at Stephanie.N.Drees@usace.army.mil.



After submission of your US-Owned Certification Letter and JCP certification, a follow-on vetting by the Government will take place to ensure there is no adverse information on the company that demonstrates a risk to national security or could demonstrate a vulnerability to the project.



NOTE: No documentation need be submitted by potential offerors for completion of this step. This final step is to be completed by Government personnel.



Please NOTE: Only after completion of this vetting process will potential offerors be granted access to the secure solicitation documents, which are estimated to be released on or around 26 February 2024. Potential offerors will receive an email with confirmation after the firm has been successfully vetted. Also, this process is project specific. Potential offerors that have been previously vetted for other secure projects must still be independently vetted for this project. Therefore, please respond and submit the required documentation if interested.





POINT-OF-CONTACT: The point-of-contact for this procurement is Stephanie Drees, Contract Specialist, at stephanie.n.drees@usace.army.mil.





This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >