B3006 Cooperative Engagement Capability Test Range
ID: ISO212-24Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCWASHINGTON, DC, 20534, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, through the Federal Prison Industries, Inc., is seeking qualified contractors for the design and construction of the B3006 Cooperative Engagement Capability Test Range located at Naval Support Activity Crane in Indiana. The project involves providing comprehensive management, labor, materials, and equipment to establish a new test range for verifying the functionality of various CEC systems in an Over the Air (OTA) environment, alongside modernizing the control room to meet COMSEC standards. This initiative is crucial for enhancing military capabilities and ensuring compliance with federal construction standards. Interested small businesses must submit proposals by September 3, 2024, and can direct inquiries to Jason Morgan at jason.morgan2@usdoj.gov or Kimberly Schwinn at kimberly.schwinn2@usdoj.gov, with the project budget estimated between $500,000 and $1,000,000.

    Files
    Title
    Posted
    The document serves as a reference for various acronyms and terminologies related to government contracts and projects, particularly in the areas of construction, safety, and environmental compliance. It outlines pivotal terms such as Statement of Work (SOW), Department of Defense (DoD), Safety Data Sheet (SDS), and many others relevant to federal grants and Requests for Proposals (RFPs). Key organizations mentioned include the Department of the Navy, Occupational Safety and Health Administration (OSHA), and the American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE). The list is critical for professionals involved in government contracts to ensure clarity and adherence to regulations, particularly regarding safety and environmental impact. Furthermore, it underscores the importance of compliance with both federal and state guidelines, emphasizing safety and construction standards across various sectors of government projects. Overall, this document is an essential tool for streamlining communication and understanding in the execution of RFPs and grants in a compliant manner.
    The document is an amendment to a solicitation by Federal Prison Industries (UNICOR) regarding solicitation number ISO212-24. Issued on August 6, 2024, it includes several key modifications to the original solicitation, primarily extending the proposal submission deadline from August 20, 2024, to August 27, 2024, at 2:00 PM EST. It also incorporates the site visit attendance/sign-in sheet and the government's responses to recent Requests for Information (RFIs) submitted by the deadline of August 5, 2024. Although these changes are implemented, all other terms and conditions of the original solicitation remain unchanged. The amendment must be acknowledged and signed by the contractor and submitted alongside their proposal to be considered valid. This amendment reflects standard procedures in government procurement and supports transparency and communication between the government and potential contractors.
    The document is an amendment to the solicitation for a contract managed by Federal Prison Industries (UNICOR), specifically identified as ISO212-24. Issued on August 19, 2024, it reflects changes in deadlines for queries and proposal submissions. The new deadline for further questions is set for August 26, 2024, at 2:00 PM EST, while the proposal submission deadline has been extended from August 27, 2024, to September 3, 2024, at the same time. The amendment emphasizes that all other terms and conditions remain unchanged. It requires contractors to acknowledge receipt of the amendment and includes instructions regarding how to do so, ensuring compliance for potential bidders. This amendment serves to facilitate clearer communication and to allow additional time for responses, indicating the government's commitment to an open and fair procurement process.
    The document is an amendment to a solicitation issued by Federal Prison Industries (UNICOR) for an unidentified project, indicating modifications to solicitation ISO212-24 dated July 9, 2024. The amendment, effective August 28, 2024, includes the Government's responses to Requests for Information (RFI) numbered 42-48 submitted by interested parties. It emphasizes that all other terms and conditions of the solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment by submitting a signed copy with their proposals to ensure consideration. The contracting officer, Jason Morgan, oversees the solicitation process. This document underscores the importance of communication and compliance in the solicitation process within federal contracting, ensuring that all parties are updated on changes and that submissions adhere to specified requirements.
    The document provides a comprehensive overview of specifications, standards, and instructions related to construction and safety protocols for federal projects. It references key standards by organizations such as the American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE) and various Department of Defense (DoD) regulations, covering areas such as electromagnetic interference, energy conservation, occupational safety, and hazardous materials management. Specific guidelines address waste management, sustainability reporting, and safety procedures in explosive areas. The document underscores the importance of compliance with federal and military directives, emphasizing safety, environmental protection, and operational efficiency in construction activities. Overall, it serves as a critical resource for ensuring that government projects meet stringent regulatory and safety requirements, facilitating responsible execution and management in the context of federal RFPs and grants.
    The document pertains to a Request for Proposal (RFP) regarding a construction project with questions and answers that clarify various project requirements. Key topics include confirmation of design team composition, equipment specifications, commissioning requirements, existing conditions documentation, and schedule adjustments. Specific inquiries addressed the absence of necessary specialists like Fire Protection Engineers or Cybersecurity Consultants, the confirmed adequacy of existing power systems, and the types of cables required for data installations. Additional emphasis was placed on architectural requirements, Government-supplied equipment, and project budget validation, with an overall budget set between $500,000 and $1,000,000. The responses confirm that certain upgrades, such as fire alarm systems and new power metering, are not anticipated, reinforcing the project's defined scope. Furthermore, aspects such as environmental safety regarding lead and wiring standards were clarified, and the document concludes with an emphasized request for an extension to respond adequately to numerous inquiries. This document serves as a fundamental framework for outlining project specifications and expectations, ensuring all contractors understand the parameters of their proposals.
    The document outlines key responses to various requests for information (RFIs) related to a federal construction project at facility B3006, emphasizing requirements for air handling, cable tray installations, and specified heat loads. It confirms that the existing air intake louver’s location does not need modification and clarifies that only one exterior cable tray is required, which can be water-resistant rather than watertight. The contractor must design a chiller capable of supporting variable heat loads from government-furnished equipment, specifying that each ECSC unit will require a significant BTU/hr cooling capacity. Additionally, preferred methods for temperature control in chilled water systems were provided, detailing responsibilities for system design. The document serves to clarify technical specifications crucial for contractor compliance with the Statement of Work, ensuring that the project meets operational and safety benchmarks while adhering to government standards. Overall, it reflects the federal requirements for efficiency and compliance in facility upgrades and provides clear directives for contractors involved in the project.
    The file outlines a series of Deliverable Item Descriptions (DIDs) related to a government project, detailing the required documentation and deliverables from contractors. Each item is categorized by a unique identifier (A001 to A023), specifying the type of document, its title, the relevant section from the Statement of Work (SOW), and the deadline for submission after the Post Award Kickoff (PAK) or other project milestones. Key deliverables include the Contractor’s Personnel Roster, the Activity Hazard Analysis Report, and the Waste Management Plan, with various deadlines ranging from immediately after the PAK to specific days before the Board of Directors (BOD) meetings. Items such as the Accident Prevention Plan and Quality Control Plan are mandated at crucial points in the project lifecycle, emphasizing safety and compliance. The document serves to ensure contractors understand their obligations regarding safety procedures, environmental impact, and quality metrics, aligning their efforts with federal requirements. This systematic organization of deliverables reflects the government's focus on accountability and risk mitigation in project execution, essential for maintaining standards and safeguarding public interests.
    The document pertains to a federal Request for Proposal (RFP) for the ISO212-24 Outdoor Antenna B3006 project related to the Cooperative Engagement Capability Test Range at the Naval Surface Warfare Center in Crane, Indiana. A site visit is scheduled for July 23, 2024, at 8:00 AM, with an emphasis on a small business set-aside initiative under the Job Creation Program (JCP). The attendance roster contains the names, contact information, and participation status of several companies and individuals related to this RFP, indicating both attendees and those unable to participate. This file serves as a critical component for the procurement process, facilitating engagement between the government and potential small business contractors regarding project execution and capabilities. The document effectively underscores the importance of collaboration and compliance with federal contracting guidelines while promoting opportunities for small businesses in defense-related projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA
    Active
    Dept Of Defense
    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.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.
    D-10749 Tornado 24 Timber Sale- NSA Crane
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10749 Tornado 24 Timber Sale at Naval Support Activity, Crane, Indiana. This procurement involves the sale and removal of approximately 98,000 board feet of timber from a 68-acre tract, which has been assessed for salvageable wood volumes following tornado damage. The timber sale is significant for resource management and environmental restoration efforts, particularly in the context of disaster recovery. Bids are due by 2:00 P.M. on October 30, 2024, and must be submitted in a sealed envelope to the Commanding Officer at the specified address. Interested parties can contact Rhett Steele at rhett.w.steele.civ@us.navy.mil or Gabrielle Oliphant at Gabrielle.T.Oliphant.CIV@US.Navy.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.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.
    Y--P791Small Arms Testing and Evaluation Center (SATEC) Range Expansion, JEB Little Creek Fort Story Virginia Beach, Virginia
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the expansion of the Small Arms Testing and Evaluation Center (SATEC) Range at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves the construction of seven new training buildings made of reinforced concrete, capable of withstanding ballistic impacts and repetitive breaching. The buildings will support lighting, video monitoring, sound, and other equipment. Additionally, a new Range Control Building will be constructed for control, safety, and monitoring activities. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of the contract is August 2018, with a completion time of 605 calendar days after award.
    NAVAL AIR STATION CORPUS CHRISTI CCAD B340 RAMP REBUILD
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the B340 Ramp Rebuild project at Naval Air Station Corpus Christi, Texas. This procurement aims to award a firm-fixed price contract to a small business contractor for the repair and alteration of real property, with a project magnitude estimated between $1,000,000 and $3,000,000. The successful contractor will play a crucial role in enhancing the operational capabilities of the Corpus Christi Army Depot. Interested parties should note that a site visit is scheduled for October 22, 2024, at 8:30 A.M. (CDT), and proposals are due by November 14, 2024, at 3:00 P.M. (CST). For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    Construction of Visitor Center at Salamonie Lake in Andrews, IN
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for the construction of a Visitor Center at Salamonie Lake in Andrews, IN. The project includes the construction of a new 7,000 SF Project Office & Visitor Center facility that will accommodate approximately 16 occupants and intermittent public access. The scope of work includes site work, storm water management, utility services, building construction, and hardscapes. The project also includes the provision of HVAC equipment, fire suppression system, fire alarm, exterior and interior lighting, and telecommunication services. The contract duration is estimated at 460 calendar days with an estimated cost range of $1,000,000 and $5,000,000. Small businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors are encouraged to respond to this survey by email. The response should include company's small business status, Unique Identifier Number and CAGE Code(s), bonding company documentation, and descriptions of experience. Interested construction firms must provide no more than three example projects of similar size and scope. The submission package should not exceed 8 pages.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.