SOURCES SOUGHT
Y -- EAST CAMPUS BUILDING 5 (ECB5) PRE-CONSTRUCTION / CONSTRUCTION SERVICES, FORT GEORGE G. MEADE, MD
- Notice Date
- 12/4/2020 4:05:18 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- PANNAD-21-P-0000-001392
- Response Due
- 1/8/2021 8:00:00 AM
- Archive Date
- 01/23/2021
- Point of Contact
- Sierra S. Marshall, Phone: 2406369615
- E-Mail Address
-
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, 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, East Campus Integrated Program Office (ECIPO) requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS concerning the potential project described below.� No reimbursement will be made for any costs associated with providing information in response to this�notice or any follow-up information requests. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� This project will be for the construction of the East Campus Building 5 (ECB5) located at Fort Meade, Maryland.� In accordance with DFARS 236.204 � Disclosure of the magnitude of construction projects, the magnitude of this project is over $500,000,000.� The North American Industry Classification System code (NAICS) for this acquisition is 236220 � Commercial and Institutional Building Construction with a size standard of $39,500,000.00.� Project Description:� The ECB5 program requirements are currently under development, however, ECB5 will be a multi-functional secure facility of approximately 900,000 gross square feet for approximately 3000 � 4000 people. Supporting parking will be included for 90 percent of the final projected population of required staff. Parking will include a multi-level parking structure for the majority of the ECB5 occupants, parking integral with the facility, as well as surface parking adjacent to and accessed from the entry/exit roadway that services the multi-level structure. The specific requirements for the main facility revolve around Command, Control, Communications, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. ECB5 will be the Headquarters facility, and as such will have special security and separation requirements to include secure parking and elevator usage within the building. Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience with construction projects over $300M of similar nature as described under the Project Description. Further, please address the following items in your response (in the exact order):� 1.�� Organization name, address, email address, website address, telephone number, and business size (Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), Women-Owned Small Business (WOSB) or Large Business (LB)) in relation to the NAICS code 236220 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.� 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.�� Based upon the scope of this project, identify if interested firms would form a joint venture to execute this work.� Provide joint venture information, if applicable, including DUNS number and CAGE code. 5.�� Address the firm�s plan to include small business participation to the maximum extent practicable. 6.�� Provide the 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. 7.�� The Government is considering alternative procurement methods, specifically the use of Early Contractor Involvement (ECI) (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? 8.� The Government is considering ECI/Construction Management (CM) at Risk procurement method which include preconstruction services. Provide your opinions (advantages/disadvantages) on utilizing this type of procurement method. 9.�� If ECI/CM at Risk is used what is required to be included in the 15% design package to ensure biddability? 10.�� If ECI/CM at Risk is used what sort of pricing software is used by industry?� 11.�� If ECI/CM at Risk is used provide your opinions on how best to structure the design packages?� 12.�� As applicable, provide your experience, if any, in performing preconstruction services on construction projects and if so, describe the type of services provided. 13.�� Advise if your Cost Accounting Systems are Cost Accounting Standards (CAS) compliant. 14.�� Advise if you have experience using Earned Value Management (EVM) and if so, was your EVM System American National Standards Institute (ANSI) Certified? Narratives shall be no longer than twenty-five (25) pages.� Email responses are required and should be submitted via email to Sierra Marshall at Sierra.S.Marshall@usace.army.mil and Patricia Morrow at Patricia.Morrow@usace.army.mil. ��Comments must be in the exact format as indicated above, and must include submitter�s name, phone number, and email address. Responses are due no later than 11:00 a.m. (EST) on 08 January 2021. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts Comments will be shared with the Government, Customer and the Project Delivery 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/556cfe345a8e4d4789753ed044735d8a/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Record
- SN05867307-F 20201206/201204230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |