SOURCES SOUGHT
Y -- REECE ROAD ACCESS CONTROL POINT, FORT MEADE, MD
- Notice Date
- 12/5/2017
- 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
- W912DR18N0005
- Point of Contact
- Gary Faykes, Phone: 4109620192
- E-Mail Address
-
gary.faykes@usace.army.mil
(gary.faykes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Title: REECE ROAD ACCESS CONTROL POINT, FORT MEADE, MD THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESSES interested in performing work for the Reece Road Access Control Point, Fort Meade, MD. This project is Design-Bid-Build using NAICS Code: 236 - Construction of Buildings / 236220 - Commercial and Institutional Building Construction. The magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00. Small Business contractors must perform a minimum of 20% of the work. Project Description: Construct a standard design Access Control Point (ACP) at Fort Meade, Maryland. Project includes a Combined Search/Gatehouse Facility, Guard Booths, inspection canopies, roadways, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, widening existing roadways/intersections, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, Electronic Security System (ESS) installation, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage, and antiterrorism/force protection measures. Heating and air conditioning will be provided by building-specific systems. Sustainability/Energy measures will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Interested sources shall submit a qualifications statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Interested sources shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Company's System for Award Management (SAM) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in the System for Award Management (SAM) to be eligible for award. Please see https://www.sam.gov/portal/SAM/#1 for additional registration information. 3. Indicate the primary nature of your business. 4. Provide two (2) examples of projects similar to requirements described in the project description above, within the past six (6) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. Provide a letter from your surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract and total aggregate bonding capacity. Total submittal shall be no longer than twelve (10) pages in one.pdf file or word document. Email responses are required. Responses are to be sent via email to gary.faykes@usace.army.mil no later than 12 noon local time, 20 December 2017. THIS IS NOT A REQUEST FOR BIDS/PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18N0005/listing.html)
- Place of Performance
- Address: Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04757854-W 20171207/171205231740-26756935dc645a2ed7aa811e44eb9f32 (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 |