Weapons Storage and Maintenance Facility (№11502484)

09 dec

Number: 11502484

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


09-12-2018

Description


Weapons Storage and Maintenance FacilitySolicitation Number: W9128F-15-R-0069
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Omaha

Solicitation Number: W9128F-15-R-0069

Notice Type: Award

Contract Award Date: December 7, 2018

Contract Award Number: W9128F19C0005

Contract Award Dollar Amount: $145720840.02

Contract Line Item Number: 0001, 0002, 0006

Contractor Awarded Name: Fluor Federal Solutions, LLC

Contractor Awarded DUNS: 808093350

Contractor Awarded Address: 100 Fluor Daniel Drive
Greenville, South Carolina 29607
United States

Synopsis: Added: Jun 13, 2016 3:56 pm Modified: Aug 09, 2017 6:12 pm

Track Changes ****UPDATED AS OF 9 AUG 2017****
Amendment 0009 has been released.

***************************************************************

****UPDATED AS OF 3 AUG 2017****
Amendment 0008 has been released.

***************************************************************


****UPDATED AS OF 27 JULY 2017****
Amendment 0007 has been released.

***************************************************************



****UPDATED AS OF 21 JULY 2017****
AMENDMENT 0006 has been released

***************************************************************


****UPDATED AS OF 17 JULY 2017****
AMENDMENT 0005 has been released

***************************************************************




****UPDATED AS OF 12 JULY 2017****

This is to notify you that the proposal due date for the Weapons Storage Maintenance Facility, F.E. Warren AFB, WY has been extended from Wed, July 24th to Fri, Aug 4th, 2017 at 2:00pm Central local time. An Amendment will be forthcoming.
***************************************************************


****UPDATED AS OF 10 JULY 2017****
AMENDMENT 0004 has been released


**********************************************************************

****UPDATED AS OF 30 JUNE 2017****

*For Information Only*
Site Visit Sign in Sheet has been distributed.



****UPDATED AS OF 19 JUNE 2017****

Amendment 0003 has been released

***************************************************************



****UPDATED AS OF 9 JUNE 2017****

A second site visit date has been establilshed to accomodate those who were unable to submit attendee inforrmation in time to attend the first site visit. To attend the second site visit, attendee information is required to be submitted to the point of contact for the site visit no later than close of business, Fri, June 16, 2017. See Amendment No. 0002 for the site visit point of contact and details.

Please note: The same information will be shared at both site visits. Individuals that attend the first site visit do not need to attend the second site visit.

***************************************************************





****UPDATED AS OF 30 MAY 2017****

Amendment 0001 has been released.

***************************************************************

***UPDATED SITE VISIT INFORMATION AS OF 25 MAY 2017***

To attend the site visit, attendee information is required to be submitted to the point of contact for the site visit no later than close of business Fri, June 2, 2017. See specification 00 21 01 for the site visit point of contact and details. Amendment 0001 will be sent to those who have completed the process for access by COB Fri, May 26, 2017.

**************************************************************

***UPDATED INFORMATION AS OF 11 MAY 2017***

The advertisement period for this solicitation has started. All individuals that have completed the process for access should now be able to access the solicitation using their ECA PKI Certification.

To attend the site visit, attendee information is required to be submitted to the point of contact for the site visit no later than close of business May 26, 2017. See specification 00 21 01 for the site visit point of contact and details.


****UPDATED INFORMATION as of 4 May 2017****

This update entirely supersedes the update dated 19 APR 2017.

In response to changes in the U.S./Canada Joint Certification Program procedures, solicitation document access procedures have been revised as follows:

Each company that would like access to the solicitation documents must designate one Custodian. In order to receive the solicitation documents, the Contract Specialist (Donna Larson) must have received the below 2 forms as stated in the pre-solicitation:

1 - Complete DD Form 2345 Militarily Critical Technical Data Agreement (for the Custodian), previously approved by the U.S./Canada Joint Certification Program, to include approval signatures, certification number and expiration date. Those submitted without that information will not be accepted.

2 - Custodian Agreement form for Solicitation Documents: The Custodian is an official of the company that has the authority to obligate the corporation requesting the solicitation documents. The signature of the custodian listed on the form shall be signed and sealed by a Notary Public.

Once these 2 forms have been received by the Contract Specialist, the solicitation documents will be sent to the Custodian via AMRDEC to the Custodian"s Email Address that is listed on the Custodian Agreement Form. The Custodian will receive an AMRDEC link by email that will allow them to download the solicitation documents (including the Request for Access Form).

In order to access (open) the secure solicitation files:

1 - The individual requesting access must obtain an ECA PKI Certification.
2 - The individual requesting access must sign the Request for Access Form with the ECA PKI Certification.
3 - The Custodian must email the completed Request for Access Form to the Contract Specialist from the Custodian"s Email Address that is listed on the Custodian Agreement Form.
4 - Expect up to 1 business day delay from Government receipt of the Request for
Access Form prior to receiving access to the documents.

Please note: Only one set of electronic solicitation documents will be provided to each Custodian. These electronic documents may be copied, as needed, to provide multiple individuals access to the documents. See file access procedures above for steps to allow individuals to access (open) the secure solicitation files.






****UPDATED INFORMATION AS OF 28 APRIL 2017****

In regards to the type or level of software certificate, MEDIUM level is sufficient as long as it is an ECA CERTIFICATE.



****UPDATED INFORMATION as of 19 APR 2017****

In order to receive a DVD containing the solicitation documents, the Contract Specialist (Donna Larson) must have received the below information as stated in the pre-solicitation:

1 - Complete DD Form 2345 Militarily Critical Technical Data Agreement, previously approved by the U.S./Canada Joint Certification Program, to include approval signatures, certification number and expiration date. Those submitted without that information will not be accepted.
2 - Custodian Agreement form for Solicitation Documents: The Custodian is an official of the company that has the authority to obligate the corporation requesting the solicitation documents. The signature of the custodian listed on the form shall be signed and sealed by a Notary Public.


In order to access the secure solicitation files that are contained on the DVD:


1 - The Custodian designated in the Custodian Agreement must obtain an ECA PKI Certification.
2 - The designated Custodian must digitally sign the Request for Access Form (contained on the DVD) with the ECA PKI Certification and submit it to the Contract Specialist.


Please note: Access will only be given to those individuals who have previously submitted the Custodian Agreement and possess an ECA PKI Certificate. Contractors who would like more than one person to have access to the electronic solicitation documents must meet the requirements above for each person, and each person must have their own ECA PKI Certification.









****UPDATED INFORMATION as of 18 APR 2017****

Special note: If you are an approved user and will be receiving the DVD with the solicitation documents you will need an ECA PKI Certificate in order to access those documents; without the certificate access will not be granted. The process of receiving an ECA PKI certificate should begin at your earliest convenience as the solicitation will not be extended due to delays in the users receipt of a certificate.

Where to obtain an ECA PKI Certificate


You may purchase an ECA Certificate from one of the approved vendors below:

Operational Research Consultants, Inc. (ORC)
http://www.eca.orc.com/
Email: [email protected]
Phone: 800.816.5548


Verisign, Inc.
https://eca.verisign.com/
Email: [email protected]
Phone: 650.426.3224


IdenTrust, Inc. (formerly DST)
http://www.identrust.com/certificates/eca/index.html
Email: [email protected]
Phone: 888.882.1104


For further information regarding how to obtain an ECA Certificate please go to:
http://iase.disa.mil/pki/eca/certificate.html





****Updated Information****

***On or about 11 May 2017,*** this office will issue Request for Proposal for construction of the Weapon Storage and Maintenance Facility (GHLN153001), F.E. Warren AFB, Wyoming, ***to those who submit the required documents listed below. The solicitation will close on or about 10 July 2017.***

This solicitation is UNRESTRICTED.


Provisions in the solicitation documents will provide a site visit date and detailed information (meeting place, time, points of contact, and access requirements).


DO NOT submit requests for plans and specifications to the site visit personnel listed above. See ‘Obtaining Solicitation Documents" below.
_______________________________________________________________________________


Project Description: (Approx. quantities)


The project site is approximately 25 acres and will require site excavation of approximately 210600 cubic yards of cut with an expected fill requirement of approximately 46600 cubic yards. Site amenities include POV parking (asphalt), facility access roads (PCC), fuel unloading and dispensing station, generator building, fire pump building, paved walkways, patrol roads (asphalt), site lighting, lightning protection, demolition and replacement of electrical ductbank, sanitary sewer, water, gas and site electrical.


Facility will consist of primary building structure with support buildings totaling 90419 GSF. Structural system consists of hardened and conventional construction utilizing reinforced concrete and structural steel framing. Foundations will be mat and spread footings. Facility areas will consist of Entry Control, Training and Support, Loading Docks, Security and Munition Support, and Maintenance and Storage. Some office areas receive demountable partitions while others are gypsum board and metal stud construction. Typical training area rooms are Conference Room, Locker Room, Break Room, Equipment Storage Room and Restrooms. Entry Control area will require features such as turnstiles and ballistic rated building materials. Most areas of the facility have walls and floors consisting of reinforced concrete having multilayered/multi-material makeup. Project requires blast and forced entry doors having specialized mechanical and operational requirements. Dock area will require overhead doors, dock levelers and bollards.


The Heating Ventilation and Air Conditioning (HVAC) system is comprised of three areas, 1) support and administration, 2) vehicle and loading dock, and 3) maintenance and storage. Area temperature control is from a geo-coupled Variable Refrigerant Flow (VRF) system. A wet-pipe fire suppression system is required throughout the facility. Electrical lighting, electrical and communication closets, data racks, a diesel generator and uninterruptable power supply (UPS) will be required.


Offeror"s will be required to submit for evaluation their construction experience, past performance, subcontractor experience (for specialty doors and concrete placement), key personnel, management plan and small business participation.

The estimated construction cost of this project is between $80000000 and $100000000.
_______________________________________________________________________________


The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 1200 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety.


Please be advised of on-line registration requirement for Contractor Registration and for Representations and Certifications Application ‘ORCA" is now located in System for Award Management ‘SAM" database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM.


Obtaining Solicitation Documents:


Solicitation documents (Plans and Specifications) will not be posted to the web. The government will issue one DVD to each contractor or supplier that provides the information in the paragraphs below and is determined by the government to have an authentic, legitimate interest in the project. The DVD"s provided cannot be duplicated. Any duplicates will be un-usable. The authentication process identified for receipt of solicitation documents is required before access will be granted to the information on the DVD.


1. Offerors shall register for the project on the Federal Business Opportunities (https://www.fbo.gov/) website to be added to the planholders list (this is necessary to develop a planholders list for prime contractors, sub-contractors, and suppliers). Registration on the Planholders list does not automatically qualify the registrant to receive a DVD (See procedures below).


2. Prospective contractors shall submit the two forms listed below in order to receive a solicitation DVD from the Government. Email completed forms to: [email protected]


a. DD Form 2345 Military Critical Technical Data Agreement: Complete a DD Form 2345 (Military Critical Technical Data Agreement) and submit it with supporting information to the address found on the form. A fillable Adobe PDF copy of this form is available at:
www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf


Upon review and acceptance, the U.S./Canada Joint Certification Program will return to the contractor an approved and signed certified form, which will include your certification number and expiration date (the Program will provide this within 5-10 days of receipt - note that delays may be incurred if information required or forms are incomplete or incorrect). The contractor shall submit to the Omaha District the certified DD2345 Form containing approval signatures, certification number and expiration date.


b. Custodian Agreement Form for Solicitation Documents: The Custodian is an official of the company that has the authority to obligate the corporation requesting the solicitation documents. The signature of the custodian listed on the form shall be signed and sealed by a Notary Public. This form is attached to this announcement.


By following the procedures as identified above and once determined by the government to have an authentic, legitimate interest in the project, a DVD will be mailed to the official Custodian that provided the address and signed the letter, along with instructions on how to open and utilize that DVD. Each DVD will be marked as "DoD Unclassified Controlled Nuclear Information" and have an identification number assigned to it.


3. Request for Access Form: In order to utilize the DVD containing the solicitation, contractors will be required to obtain an ECA PKI Certification. This certificate is not required to request and receive the solicitation, but will be necessary to access the files on the DVD containing the solicitation. External Certification Authority (ECA) Program information can be obtained at:
http://iase.disa.mil/pki/eca/Pages/index.aspx


Once your firm has acquired an ECA Certificate they will need to complete the Request for Access Form located on the DVD. The form will need to be digitally signed by the certificate holder (Custodian) and emailed to: [email protected]. Review and approval of the request form will be performed by the Government prior to granting contractor access to view the solicitation plans and specifications on the DVD.


4. Amendments Contractors having a DVD with access to plans and specifications will receive amendments through email from the Government to the company email address provided on the access form. Amendments will be issued as encrypted files viewable only to companies having registered digital signatures and being holders of a Government issued DVD.


Questions regarding contractual matters should be made to the Contracting Specialist, Donna Larson at ***(402) 290-3692*** or Katherine Fisher at (402) 995-2102. Telephone calls regarding Small Business matters should be made to: 402-995-2910. Telephone calls related to technical questions for acquiring certificates and viewing plans and specifications should be made to: Drew Anderson at (601) 634-4226. Questions and/or comments relative to the technical documents should be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/. A bidder inquiry key will be included in specification Section 00 21 00 the solicitation.


Commander
U.S. Army Engineer District, Omaha
ATTENTION: CENWO-CT-M
1616 Capitol Avenue
Omaha, NE 68102 4901



Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: June 13, 2016



Custodian_Agreement_Form.pdf (10.56 Kb) Description: Custodial Agreement Form

Solicitation 1 Type: Solicitation

Posted Date: May 11, 2017



Solicitation_update.pdf (88.29 Kb) Description: Solicitation update



Contracting Office Address: Attn: CENWO- CT
1616 Capitol Ave
Omaha, Nebraska 68102-4901
United States


Place of Performance: F.E. Warren AFB, Wyoming
Cheyenne, Wyoming 82005
United States


Primary Point of Contact.: Donna R. Larson, Contract Specialist

[email protected] Phone: 4022903692

Secondary Point of Contact: Katherine K. Fisher, Contract Specialist

[email protected] Phone: 4029952102