SOURCES SOUGHT
Y -- GRAVIT AXIS
- Notice Date
- 5/1/2018
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
- ZIP Code
- 21201
- Solicitation Number
- PANNAD18P0000018134
- Point of Contact
- LEILA S. MILLER, Phone: 443-654-7286
- E-Mail Address
-
leila.s.miller@usace.army.mil
(leila.s.miller@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses to this notice are due NO LATER THAN 12 NOON, Eastern, 16 MAY 2018, via email to Leila.s.miller@usace.army.mil. This is a Sources Sought Notice for the purpose of conducting market research to determine capability of POTENTIAL PRIME CONSTRUCTION CONTRACTORS, large or small businesses (including the following subsets: Small Disadvantage Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Women-Owned Small Businesses) WITH A MINIMUM SINGLE BONDING CAPACITY of $25,000,000.00 to provide the type of work described herein. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. The U.S. Army Corps of Engineers will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available on the Federal Business Opportunities website (http://www.fbo.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments. The requirement will be a Firm-Fixed-Price (FFP) Design-Build (DB) construction contract to demolish an existing building and construct a new Warehouse facility located on Fort George G. Meade, Maryland. The work to be performed under this requirement will be within the North American Industry Classification System (NAICS) code 236220 with a size standard of $36.5M. The construction magnitude for this project will be between $25,000,000 and $100,000,000. PROJECT DESCRIPTION: This project includes the construction of a new warehouse facility of approximately 44,000 gross square foot with associated office space. The warehouse facility will include a warehouse space, vault, hazardous materials storage space, loading docks, administrative space, restrooms, break room, and mechanical and electrical space. Supporting facilities include utilities, paving, storm drainage, and site improvements. Demolition of one existing structure (101,857 SF) is included. The project consists of core and shell structure and foundations; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; communications and security systems 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 facility will be constructed as a Sensitive Compartmented Information Facility (SCIF) with secured telecommunications distribution system. Radiant barrier shielding is required. Project includes Uninterruptible Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design for the administrative spaces. Site infrastructure will include primary electrical service to the site, water, sewer, and telecommunications pathways. The supporting facilities include site preparation and infrastructure improvements, utilities, new paving, walks, storm drainage, site improvements and information systems. Site preparation will include demolition of an existing building and associated utilities, clearing, grubbing, cut, fill, grading, and environmental protection structures. There may be minimal asbestos, lead paint and bio-hazards remediation in the existing building to be demolished. This project will include storm water management facilities in compliance with Maryland Department of the Environment requirements for Environmental Site Design, as well as Energy Independence and Security Act (EISA) Section 438. This project will include integrated, cost effective, sustainable features achieving certification at a minimum level of LEED Silver under the US Green Building Council (USGBC) program. This project will be designed in accordance with Architecture Barriers Act (ABA) Requirements. Unified Facilities Criteria (UFC) will be an integral part of design consideration. This project is to be compliant with the current version of the Unified Facilities Criteria, and the latest version of the Installation Design Guidelines (IDG), Facilities Engineering Design Standards (FEDS), and DoD 5000. The contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All personnel working on any project related to this acquisition must be U.S. Citizens. SUBMISSION REQUIREMENTS: In order to adequately plan for the procurement of this project, interested PRIME CONTRACTORS ONLY shall submit the following: 1. Company name, address, phone number, email, CAGE Code, point of contact (POC) name, as well as business category (large or small businesses to include subsets). 2. A narrative statement demonstrating your firm's capability and experience in Design-Build (DB) construction projects of a similar nature as described above valued at $25M or greater. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of construction, project references (including owner with phone number and email address), size and scope of contract/project. Narratives should be no longer than FIVE PAGES on an 8 ½ x 11" size paper and no less than 11 point font. 3. Provide information on whether your company possess a Top Secret Facility Site Clearance and has the capability to sponsor employee personnel to obtain TS//SCI clearances with polygraph? 4. Provide information on your bonding capability - both single and aggregate as well as small business categories. Interested PRIME CONTRACTORS ONLY will also be required to fill out a Statement of Affiliation (SOA) that will be issued with the Solicitation (Request for Proposal) at a later date. This document will be reviewed and approved by the security personnel; however, submitted through US Army Corps of Engineers (USACE) before they will be allowed to pick up a copy of the plans and specifications. A foreign interest is defined as any of the following: a. A foreign government or foreign government agency; b. Any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the United States or its possessions; c. Any individual who is not a U.S. citizen; or d. Any form of business enterprise organized or incorporated under the laws of the U.S., or a State or other jurisdiction within the U.S. that is owned, controlled, or influenced by one of the entities described in a, b, or c above. If the interested contractor should possess any of the above they may be required to submit a statement/letter of mitigation in order to explain their foreign interest for further review and approval. The Government is particularly interested in responses from small businesses that are capable of executing this potential contract as a prime contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/PANNAD18P0000018134/listing.html)
- Place of Performance
- Address: FORT GEORGE G MEADE, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04907105-W 20180503/180501231048-0506d3c61f8371e1d56f005ab7e316e0 (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 |