Search Contract Opportunities

RAVEN ROCK MOUNTAIN COMPLEX (RRMC) $100M SATOC   6

ID: W912DR-22-R-0009 • Type: Solicitation

Description

Posted: Feb. 15, 2022, 5:07 p.m. EST

***15 February 2022 - Amendment 0003 revises Section 00 21 16 and the submission date. All other terms and conditions will remain the same.

***11 February 2022 - Amendment 0002 revises section, 00 21 16. All other terms and conditions will remain the same.

***9 February 2022 - Amendment 0001 revises sections 00 20 00, 00 21 16 and 00 72 00 along with the submission date. All other terms and conditions will remain the same.

The U.S. Army Corps of Engineers (USACE), Baltimore District, intends to issue a contract for a Design-Build Construction Services Single Award Task Order Contract (SATOC) for work to be performed at the Raven Rock Mountain Complex (RRMC).

This procurement will utilize the Two-Phase Design- Build Selection Procedures in accordance with FAR 36.3. The SATOC will have a total contract capacity of $100,000,000 and an ordering period of five (5) years. Task Orders will be firm fixed price, and either Design-Build or Design-Bid-Build.

Project Description: The scope of this contract will encompass a broad variety of major and minor repair, modifications, renovations, rehabilitation, alterations, Design-Build, Design-Bid-Build and new construction projects in a Secure Environment to include working in Sensitive Compartmented Information Facilities (SCIF) in support of the Washington Headquarters Service and the RRMC. The salient characteristics of these projects include: new facility design and construction, site clearing, structures and utilities/fence installations, fuel distribution and storage systems, asbestos/lead abatement/ renovation, heating ventilating and air conditioning (HVAC) upgrades and repairs; electrical upgrades and repairs; direct digital control & network upgrades and repairs; IT Comms and Security system infrastructure, security doors & windows; structural strengthening; interior fit-ups, which may include furniture procurement and installation. Work typically involves hazardous material abatement, requiring a certified industrial hygienist, quality control, material removal, and disposal. Work may also include geo technical investigation; exterior upgrades and repairs; utilities; hydrant; traffic & streetlight; security barricades; roadwork; and other force protection (AT/FP) or access control point type projects associated with existing secure campus buildings and grounds.

The geographic area where work will be completed under this SATOC will be in Maryland and Pennsylvania. These locations are in remote mountainous areas and access can be difficult. The sites have a very rocky terrain, frequently with steep slopes. Some project locations will be underground. As indicated above, the locations are in two separate states with differing Authorities Having Jurisdictions (AHJ) for various permitting and approval functions. Winter weather can be extreme and very unpredictable. Work performed may be either in secure or non-secure sites.

All Offerors will be required to possess a Secret Facility Site Clearance at the time of . The Contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All personnel working on this project must be U.S. citizens. Details of the security requirements will be provided with the draft DD254 Construction Security Specifications for use during the seed project(s) proposal preparation. A final DD254 will be issued to the successful contractor upon award of the seed project(s). All succeeding task orders will have a project specific DD254 issued for each task order.

WHS/RRMC requires all contract personnel to be US citizens, apply for and obtain an access badge from their department before work. The badge process includes enrolling into the Department of Homeland Security, E Verify system, providing copies of background search consent forms, E Verify, and photo identification. After authorization the contract personnel are fingerprinted and issued an access badge good for 2-years.

Posted: Feb. 11, 2022, 1:57 p.m. EST
Posted: Feb. 9, 2022, 2:40 p.m. EST
Posted: Jan. 21, 2022, 5:35 p.m. EST
Background
The U.S. Army Corps of Engineers (USACE), Baltimore District, intends to issue a contract for a Design-Build Construction Services Single Award Task Order Contract (SATOC) for work to be performed at the Raven Rock Mountain Complex (RRMC). This procurement will utilize the Two-Phase Design-Build Selection Procedures. The SATOC will have a total contract capacity of $100,000,000 and an ordering period of five (5) years. Task Orders will be firm fixed price, and either Design-Build or Design-Bid-Build.

Work Details
The scope of this contract will encompass a broad variety of major and minor repair, modifications, renovations, rehabilitation, alterations, Design-Build, Design-Bid-Build and new construction projects in a Secure Environment to include working in Sensitive Compartmented Information Facilities (SCIF) in support of the Washington Headquarters Service and the RRMC. The salient characteristics of these projects include: new facility design and construction, site clearing, structures and utilities/fence installations, fuel distribution and storage systems, asbestos/lead abatement/renovation, heating ventilating and air conditioning (HVAC) upgrades and repairs; electrical upgrades and repairs; direct digital control & network upgrades and repairs; IT Comms and Security system infrastructure, security doors & windows; structural strengthening; interior fit-ups, which may include furniture procurement and installation.
Work typically involves hazardous material abatement, requiring a certified industrial hygienist, quality control, material removal, and disposal. Work may also include geo technical investigation; exterior upgrades and repairs; utilities; hydrant; traffic & streetlight; security barricades; roadwork; and other force protection (AT/FP) or access control point type projects associated with existing secure campus buildings and grounds.

Period of Performance
The SATOC will have an ordering period of five (5) years.

Place of Performance
The geographic area where work will be completed under this SATOC will be in Maryland and Pennsylvania.

Overview

Response Deadline
Feb. 24, 2022, 11:00 a.m. EST (original: Feb. 21, 2022, 1:00 p.m. EST) Past Due
Posted
Jan. 21, 2022, 5:35 p.m. EST (updated: Feb. 15, 2022, 5:07 p.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 1/21/22 USACE Baltimore District issued Solicitation W912DR-22-R-0009 for RAVEN ROCK MOUNTAIN COMPLEX (RRMC) $100M SATOC due 2/24/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Punatoto Taamu   Profile
Phone
None

Secondary Contact

Name
Patricia Morrow   Profile
Phone
None

Documents

Posted documents for Solicitation W912DR-22-R-0009

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912DR-22-R-0009

Award Notifications

Agency published notification of awards for Solicitation W912DR-22-R-0009

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DR-22-R-0009

Contract Awards

Prime contracts awarded through Solicitation W912DR-22-R-0009

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DR-22-R-0009

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DR-22-R-0009

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
March 11, 2022
Last Updated By
ericka.t.collins@usace.army.mil
Archive Date
March 11, 2022