Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

100th MDB National Guard Readiness Center

Process Number W912LC-22-B-0001

USA

Dates:


Notice ID:

W912LC-22-B-0001

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W7MY USPFO ACTIVITY CO ARNG

Office:

W7MY USPFO ACTIVITY CO ARNG

General Information:


All Dates/Times are:

(utc-07:00) mountain standard time, denver, usa

Updated Published Date:

(utc-07:00) mountain standard time, denver, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 01, 2021 02:00 pm mst

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 16, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

y1aa - construction of office buildings

NAICS Code:

236220 - commercial and institutional building construction

Description:


Original Set Aside:

Synopsis: 100th MISSILE DEFENSE BRIGADE READINESS CENTER 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. Colorado National Guard intends to issue a solicitation and award of a contract for new construction of “100th Missile Defense Brigade Readiness Center”, on Peterson Air Force Base, Colorado Springs, CO. In general, the scope of the project consists of constructing a facility on the <2-acre Readiness Center site that will include a 33,812 square foot primary facility that will contain office space, OCIE storage, a secure area, specialized network server room, breakroom, and restrooms. The project includes concrete floors, specialty finishes, energy efficient mechanical and electrical equipment with automated HVAC and building controls; the buildings will be constructed to support a future renewable-energy source that would be installed under a separate project (rooftop solar collectors), and will be constructed to obtain a LEED certified Silver rating in accordance with USGBC LEED certification. Supporting facilities include, but are not limited to all required utility services, all site work, fire detection and alarm systems, emergency generator, potential for electric (photovoltaic), potential geothermal heating, access roads/sidewalks/curb & gutter, storm drainage, POV parking, landscaping, lightning sediment and erosion control, storm water management, and any needed site improvements. The project also includes security access, signage, electrical power, lighting and lighting controls systems, telecommunications infrastructure, plumbing systems, fire suppression and fire alarm/mass notification systems. The magnitude of this project is between $10,000,000 and $25,000,000. All interested concerns will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 1 December 2021 at 2:00 pm MST. This notification, which shall not exceed five typewritten pages, must include (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Source Sought Information Request Form (not included as part of the five typewritten pages), and (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, Contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: sabrina.m.deramus.civ@army.mil and james.s.rawlings.civ@army.mil. Include the following in the subject line- “Sources Sought W912LC-22-B-0001”. No facsimile responses will be honored.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO FOR COARNG DO NOT DELETE 660 S ASPEN STREET BLDG 1005 MS 66

AURORA , CO 80011-9551

USA

Primary Point of Contacts:

Sabrina M. DeRamus

Secondary Point of Contact:

James S. Rawlings