Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2018 FBO #6176
SOURCES SOUGHT

Y -- Fort Belvoir - 911th Vehicle Maintenance Shop

Notice Date
10/19/2018
 
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, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR19R0005
 
Archive Date
11/30/2018
 
Point of Contact
Michael J. Getz, Phone: 4109623455
 
E-Mail Address
Michael.J.Getz@usace.army.mil
(Michael.J.Getz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: VEHICLE MAINTENANCE SHOP - FORT BELVOIR, VA Sources Sought Notice: W912DR19R0005 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of a VEHICLE MAINTENANCE SHOP and COMPANY OPERATIONS FACILITY at FORT BELVOIR, VA. By way of this Market Survey/Sources Sought Notice, the USACE-Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10M and $25M. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for a Vehicle Maintenance Shop AND Company Operations Facility at Fort Belvoir, VA. Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process. The Government is seeking qualified, experienced sources capable of constructing a standard-design medium Vehicle Maintenance Shop and a Company Operations Facility to include hazardous waste storage and oil storage buildings, organizational vehicle parking, vehicle storage facility, open and organizational equipment storage. Construction will include special foundations and connection to Energy Monitoring Control Systems (EMCS), intrusion detection systems (IDS) installation, fire alarm and suppression and building information system. Supporting Facilities include electric services, water and gas distribution and wastewater collection lines, a water pump for fire suppression system, access road, pavements, curbs and gutters, storm drainage, site preparation, environmental studies and documentation, and information systems. Antiterrorism/force protection measures include laminated glass windows in reinforced frames, reinforced exterior doors, security lighting, fencing, barriers, and visual screening. Heating and air conditioning will be provided by stand-alone systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and Energy measures will be provided. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related to interior design services are required. Demolish 1 Building (5,112 Total SF). Air Conditioning (Estimated 150 Tons). The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate your firms business classified (size): Large Business (LB), Small Business (SB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars. 6. Indicate if your company is interested in performing as a prime or subcontract for the above project. 7. Provide three (3) examples of projects similar to requirements described above completed within the past five (5) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: a. Previous successful project work involving coordination and with National Capital Planning (NCPC). b. Experience with obtaining, understanding and complying with Virginia Department of Environmental Quality (VA DEQ) permit requirements. c. Contractor must understand the Unified Facilities Criteria d. P6 Scheduling capabilities. e. Successful experience with LEED silver construction and Environmental Low Impact Development. f. Successful experience with Microstation software and Building Information Management (BIM) technology. g. Independent full-time, dedicated, self-performing (Prime contractor) safety staff. h. US Citizens (should include naturalized citizens/Legal citizen) i. Satisfactory draft and final CPARS (at a minimum). j. DB Prime contractor experience of at least 5 projects over $15 Million. 9. Total submittal shall be no longer than fifteen (15) pages in one (1).pdf file Double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the government, nor will the government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 a.m. Eastern Standard Time on 05 NOV 2018. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Michael Getz - michael.j.getz@usace.army.mil referencing the sources sought notice number W912DR-19-R-0005. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Michael Getz via email - michael.j.getz@usace.army.mil. *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 236220 as indicated in the RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR19R0005/listing.html)
 
Place of Performance
Address: Fort Belvoir, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN05130394-W 20181021/181019230632-0d8927e7eb73d27cd77a4580e25760f9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.