SOURCES SOUGHT
Y -- U.S. Army Corps of Engineers – Baltimore District, East Campus Integrated Project Office (ECIPO) – W912DR-17-0-0004
- Notice Date
- 6/19/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-0-0004
- Archive Date
- 7/15/2017
- Point of Contact
- Wendy Denton Arsenault, Phone: 4437492022
- E-Mail Address
-
wendy.d.arsenault@usace.army.mil
(wendy.d.arsenault@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- U.S. Army Corps of Engineers - Baltimore District, East Campus Integrated Project Office (ECIPO) - W912DR-17-0-0004 Responses are due no later than 12:00 p.m. Eastern Standard Time 30 June 2017. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, ECIPO requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to Ms. Wendy Arsenault at wendy.d.arsenault@usace.army.mil no later than 12:00 p.m. EST 30 June 2017. The project will be a Firm Fixed Price Design-Build Contract for the Construction of the East Campus Building 3 (ECB3) located at Fort Meade, in Annapolis Junction, Maryland. In accordance with DFARS 236.204 - Disclosure of the magnitudes of construction projects, the magnitude of this project is over $500,000,000. The North American Industry Classification System code (NAICS) for this procurement will be 236220 with a standard size of $36.5M. Project Description: Construct a new operations facility more than 800,000 GSF for more than 3,300 personnel including supporting facilities with associated site work and environmental measures. The facility will be built on Fort George G. Meade, Maryland. The primary facility will be comprised of a multi-story structure with full basement. The facility includes open office areas and operations areas, analyst/planner collaboration areas, cafeteria, and auditorium. The mission support areas provide joint staff offices, executive offices, machine rooms, storage, and meeting rooms. The project consists of core and shell structure and foundation; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. The primary facility is not a standard design. The majority of the structure will be built to Sensitive Compartmented Information Facility (SCIF) standards. Project includes redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design. Site infrastructure will include primary electrical service to the site, water, sewer, and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards and roads. Perimeter security reconstruction and extension is required with road improvements. Provide a large parking structure to accommodate at least 3,200 new parking spaces for staff and visitors. Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience in Design-Build over $500M construction projects of similar nature as described under the Project Description. Further, please include in your response, the following questions (in the exact order): 1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. 2. Firm's interest in providing a proposal on the pending solicitation once issued. 3. Experience: Evidence of capabilities to perform work comparable to that required for this project (e.g. management of construction of a large intelligence agency complex with strict security standards). Provide three recent relevant/comparable projects (no more than ten years old). Include the project name; dollar value of the project; description of the key/salient features of the project; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets (FPIS), and delivery method (e.g., Guaranteed Maximum Price (GMP, Design-Bid-Build, Design-Build, Early Contractor Involvement (ECI), Construction Manager as Constructor (CMc, etc.). In the discussion of acquisition method, identify the advantages/disadvantages (from the contractor's and the owner's perspective) of the contract type/acquisition approach used for the representative project. Address if the project included follow-on Operations & Maintenance (O&M) of the constructed facility. Responses should address the firm's capability to construct a secure national intelligence production facility and the associated challenges related to personnel security clearances and construction of such a facility. 4. Regardless of delivery method (D-B, D-B-B, ECI/GMP/CMc, etc.) address your firm's interest and ability to provide follow-on O&M of the completed facility. Address your firm's understanding of the advantages/disadvantages for the Government if the construction contractor provided follow-on O&M for the ECB3 project and concerns associated with providing O&M services requiring TS/SCI clearances upon completion of construction. 5. Would you be able to provide a price for O&M services as part of a proposal submission for the design and construction of the facility? For estimating purposes assume a contract award in February 2019 and a construction completion in September 2022. 6. Identify if, based upon the scope of this project, interested firms would form a joint venture to execute this work. Provide Joint Venture information, if applicable including DUNS number and CAGE code. 7. Address the firm's plan to include small business participation to the maximum extent practicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company. Include any concerns associated with providing performance and payment bond for the projected contract value identified. 9. The Government is considering a stipend for unsuccessful offerors in Phase 2. Would a stipend be of interest to offerors who make it to Phase II but are not selected, due to significant cost of the design development during the Phase II proposal submission? What do you believe would be an acceptable amount? 10. The Government is considering alternative procurement methods (different from the normal firm fixed price), provide your opinions (advantages/disadvantages) on award fee based construction contracts and incentive fee based construction contracts. What types of items should the award fee or incentive fee be based on? Narratives shall be no longer than twenty-five (25) pages. Email responses are required and should be submitted to Ms. Wendy Arsenault via email at wendy.d.arsenault@usace.army.mil. Comments must be in the exact format as indicated above, and must include submitter's name, phone number, and email address. Comments will be shared with the Government, Customer and the project management and design team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM POTENTIAL PRIME CONTRACTORS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-0-0004/listing.html)
- Place of Performance
- Address: Fort George G. Meade, Fort George G. Meade, Maryland, United States
- Record
- SN04549606-W 20170621/170619235218-cd73b116a52422ae171fe8e36ecc1eaa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |