Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA
ID: W912QR24R0052Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Construction of a Network Enterprise Center (NEC) at Fort Hunter Liggett, California. The project entails the design and construction of a 21,500 square foot facility that will include various operational spaces such as a command center, administrative offices, and technical support areas, along with necessary site improvements and utility installations. This initiative is crucial for enhancing military communication and operational capabilities while adhering to stringent safety and environmental standards. Interested contractors must submit their proposals electronically by November 8, 2024, and the estimated construction cost ranges between $25 million and $100 million. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil or Alex Hamilton at alex.j.hamilton@usace.army.mil.

    Files
    Title
    Posted
    The project at Fort Hunter Liggett, California, overseen by the U.S. Army Corps of Engineers, focuses on the design and construction of the Network Enterprise Center. This initiative includes extensive planning documentation such as demolition plans, site layouts, existing conditions assessments, and detailed architectural and civil drawings. Key aspects involve the removal of existing structures and utilities, preparing the site for new construction, including utilities and landscape management. The architectural plans outline the overall building layout, including various functional spaces such as offices, a break room, and conference facilities, with specified dimensions for each area. The civil drawings provide a clear depiction of existing utilities and future infrastructure needs, ensuring compliance with local codes. Essential to this project are safety protocols for construction, verification of utility locations prior to work, and adherence to environmental considerations, such as tree replacement at a specified ratio for any removed trees. By supporting modernization efforts, this comprehensive plan underscores the commitment to improving military architecture and enhancing operational capabilities while maintaining environmental integrity and regulatory compliance.
    The document details the updated solicitation for the Design-Build Construction of the Network Enterprise Center (NEC) at Fort Hunter Liggett, California. Amendment 0002 extends the proposal due date to November 8, 2024, and replaces several sections within the solicitation, including the price breakout schedule and instructions for offerors. The project aims to build a state-of-the-art facility including an Information Systems Facility and supporting utilities. A two-phase procurement process is followed, with the Best Value Trade-Off approach determining the awardee based on technical and price evaluations. Offerors are required to submit a Small Business Participation Plan, and all necessary proposal materials must be submitted electronically. The evaluation will analyze design and schedule narratives, small business participation, and an oral presentation covering the management plan. Wage determinations related to California construction projects are included, alongside conditions regarding contractor responsibilities under federal regulations. This solicitation showcases the U.S. Army’s commitment to enhancing operational capabilities while adhering to federal contracting standards and supporting small business involvement in public projects.
    The document is a Design-Build Request for Proposal (RFP) for the Network Enterprise Center (NEC) at Fort Hunter Liggett, CA. It outlines the specifications and requirements for constructing a facility that supports network and communication functions for the Army Reserve. The RFP is structured into multiple volumes detailing project specifications, design requirements, statement of work, and attachments that include room requirements, hazardous materials reports, geotechnical analyses, and sustainability guidelines. Key components include a rigorous project schedule, safety regulations, and compliance with antiterrorism measures. Sectioning includes details on various architectural features for each room, such as acoustical conditions, critical power needs, and telecommunication setups to ensure operational efficiency and security. Sustainability measures like LEED checklists and analysis of water and energy usage are also highlighted, emphasizing a commitment to environmentally responsible practices. The RFP encapsulates essential information needed for contractors to prepare proposals that meet federal standards, thereby facilitating governmental oversight and compliance during the construction of the NEC. This comprehensive approach ensures that the project aligns with military operational objectives while adhering to safety and environmental regulations.
    The document outlines the Request for Proposal (RFP) for the Design-Build project of the Network Enterprise Center (NEC) at Fort Hunter Liggett, California. It details the required specifications, organizational structure, and submission criteria for contractors. The document is divided into volumes containing various sections, including solicitation forms, project specifications, design processes, and environmental assessments. Key elements include requirements for certified designs, quality control measures, and the need for registered professionals across different disciplines. Additionally, it emphasizes LEED certification, sustainability practices, and stringent cybersecurity standards to be adhered to during the project. The construction phase is authorized only after government acceptance of the design, ensuring thorough review and risk management. Detailed schedules for submissions and construction phases are also provided to maintain a structured workflow. This initiative emphasizes the government's commitment to modern infrastructure while ensuring compliance with safety standards and environmental considerations. Overall, this document serves to guide the design and construction of the NEC while maintaining transparency and accountability in the procurement process.
    The document outlines the specifications for the design and construction of the Network Enterprise Center (NEC) at Fort Hunter Liggett, California. It serves as a comprehensive guideline for contractors on the technical aspects of various construction elements, including concrete, masonry, metal work, wood, insulation, HVAC, electrical, plumbing, and safety systems. Key sections detail the materials, methodologies, and standards to be adhered to, ensuring compliance with construction quality and safety regulations. The project emphasizes the use of insulating concrete form systems and stressed tendon reinforcing for structural integrity, requiring specific qualifications for installers and detailed submittal procedures to guarantee quality control. Additional checks, including pre-pour and post-pour inspections, are mandated to maintain adherence to specifications. Intended as a federal RFP, this document underscores the government’s commitment to establishing safe, functional environments through detailed design and rigorous oversight, ensuring extensive planning and execution in line with established construction standards.
    The document outlines a series of design and construction plans for the Network Enterprise Center at Fort Hunter Liggett, California, submitted by the US Army Corps of Engineers. It provides a comprehensive drawing index detailing various architectural and civil engineering components, including cover sheets, location maps, demolition, site, utility, floor, ceiling, and elevation plans. Each component includes specifics such as building sections, elevations, door schedules, and finish schedules that guide the renovation and construction process. Key elements of the project involve the demolition of existing structures, landscaping, and the development of a new facility layout, ensuring compliance with engineering standards and safety regulations. The plans emphasize field verification of existing utilities and the protection of surrounding infrastructures during construction. The documentation signifies the project’s intent to enhance military operational capabilities and streamline communication infrastructure while adhering to governmental contracting and grant guidelines. Overall, the submission reflects a structured approach to facility enhancement, encompassing detailed logistical and operational planning to ensure successful execution.
    The solicitation outlines the Design-Build project for a Network Enterprise Center at Fort Hunter Liggett, California, with an estimated construction cost between $25 million and $100 million. It specifies that the contractors must adhere to the HUBZone price evaluation preference and highlights the requirement for performance and payment bonds. This is a full and open procurement; however, funds are not currently allocated, and contract awards will occur only once funding is secured. The document details the submission process for bids, emphasizing the need for compliance with the System for Award Management (SAM) registration and proper proposal submission via the Procurement Integrated Enterprise Environment (PIEE). The evaluation will be conducted in a two-phase approach, with Phase I focusing on the past performance and technical approach of bidders. Selected offerors from Phase I will proceed to Phase II, where a site visit will be organized, and more detailed proposals will be evaluated. The decision ultimately hinges on a best-value trade-off assessment that considers technical competence and price, ensuring that the project maintains its strategic importance while achieving cost-effective outcomes. Overall, the document emphasizes rigorous compliance, clear evaluation criteria, and the importance of funding availability for contract execution.
    The document outlines an amendment to a federal Request for Proposal (RFP) for the Design-Build Construction of a Network Enterprise Center at Fort Hunter Liggett, California. It details modifications to evaluation criteria for contractor proposals, specifically altering minimum project size from 20,000 to 16,000 square feet and removing references to "multi-story" for past performance requirements. The procurement approach is a two-phase process, prioritizing a Best Value Trade-Off, with planning for a final contract awarded only after securing available funding. Phase I requires detailed submissions covering past performance and technical proposals, evaluated independently of cost, while Phase II will involve both a written submission and an oral presentation. The document stresses the importance of submitting proposals in a specified order to avoid disqualification, includes extensive criteria on management plans, technical approaches, and small business participation, and emphasizes that late submissions may result in rejection. Notably, small business commitments play a significant role in evaluations, and the document underscores the need for comprehensive plans to engage small businesses in the project, maintaining a minimum participation goal of 15%.
    Similar Opportunities
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the design and construction of three new training facilities at Fort Liberty, North Carolina, specifically tailored for Special Operations Forces (SOF). The project entails creating two-story buildings that simulate a city hall, a residence, and a laboratory, each designed to provide diverse training environments, including multiple office settings, dwelling spaces, and laboratory settings, respectively. These facilities are crucial for enhancing the training capabilities of military personnel, ensuring they are well-prepared for various operational scenarios. Interested contractors should note that the proposal due date has been extended to October 31, 2024, with inquiries accepted until October 21, 2024. For further information, potential bidders can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert Law at robert.n.law@usace.army.mil.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for 146 personnel, incorporating modern living spaces, common areas, and sustainable features aimed at achieving Net Zero greenhouse gas emissions. The contract, valued between $50 million and $100 million, will utilize a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due by the specified deadlines. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further information.
    Construction of Multipurpose Training Range (MPTR), Fort Campbell, TN
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of a Multipurpose Training Range (MPTR) at Fort Campbell, Tennessee. This Design-Bid-Build project aims to enhance military training capabilities by constructing various facilities, including a range operations control area, control tower, and supporting amenities, while adhering to stringent federal construction standards and sustainability measures. The contract, valued between $25 million and $100 million, is open for full and open competition, with proposals due by November 19, 2024. Interested contractors should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil or 502-315-6228 for further details.
    Animal Building, Fort Johnson, Louisiana
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking information from qualified contractors for the design and construction of an Animal Building at Fort Johnson, Louisiana. This project aims to establish a Military Working Dog facility, which will involve significant renovations and construction that comply with Department of Defense standards, with an estimated contract value between $5,000,000 and $10,000,000. The anticipated project duration is 25 months, with a solicitation expected to be issued in March 2025. Interested firms, particularly from the Small Business Community, must respond by October 25, 2024, and are encouraged to provide details regarding their experience, business size, and bonding capacity. For further inquiries, potential respondents can contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    $99M California Construction MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for a $99 million construction Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction in California. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and aims to support various construction projects that may arise within the specified region. The procurement is significant as it facilitates the development and maintenance of essential infrastructure, contributing to the operational capabilities of the Army. Interested contractors should reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further details, and note that the response date is pending the release of Amendment 0004, with the current amendment (Amendment 0003) issued on August 20, 2024.
    FTC Consolidated Furniture Storage
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for the construction of a Consolidated Housing Furniture Storage Facility at Fort Campbell, Kentucky. This project involves designing and building a 19,000 square foot warehouse intended for the storage and issuance of furniture and amenities for over 5,000 single soldier barracks rooms, adhering to the Department of Defense Unified Facilities Criteria. The anticipated contract value is between $5 million and $10 million, with the solicitation expected to be released around October 23, 2024. Interested contractors should maintain an active registration in the System for Award Management (SAM) and may contact Stephanie Drees at stephanie.n.drees@usace.army.mil for further information.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project entails constructing a two-story, 60,000 square foot facility and demolishing two existing buildings, with a focus on meeting Navy secure space requirements and planning for utilities and landscaping. This facility is crucial for enhancing operational capabilities for special operations forces, with an estimated project cost ranging from $25 million to $100 million and a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals by November 15, 2024, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is preparing to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project encompasses the construction of various facilities, including taxiways, roadways, pump houses, and upgrades to utility systems such as water, sewer, and electrical distribution, all adhering to Department of Defense Unified Facilities Criteria. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a capacity not to exceed $115 million, with proposals due by January 14, 2025. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate, and they can contact Natalia Gomez or Michelle Spence for further inquiries.
    Construct NVARNG Qualification Training Range Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Army National Guard, is seeking qualified contractors for the construction of a Qualification Training Range at the Hawthorne Army Depot in Nevada. This Sources Sought notice aims to identify potential sources, particularly small businesses, for a project estimated to cost between $10 million and $25 million. The selected contractor will be responsible for constructing a facility that is critical for military training and operational readiness. Interested parties must submit their intent to bid, along with a completed Sources Sought Information Request Form and a summary of relevant past projects, by October 31, 2024, to Alex Norris at alex.norris@us.af.mil.