SOURCES SOUGHT
Y -- Partial Building Renovation for Building 59 � National Defense University, Fort McNair, Washington, D.C.
- Notice Date
- 12/17/2021 6:20:56 AM
- 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-22-P-0000-001126
- Response Due
- 1/4/2022 9:00:00 AM
- Point of Contact
- Qiana Bowman, Phone: 4109625613, Tamara Bonomolo, Phone: 4109620788
- E-Mail Address
-
qiana.l.bowman@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(qiana.l.bowman@usace.army.mil, tamara.c.bonomolo@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 (USACE), Baltimore District, requests letters of interest from qualified SMALL and LARGE Business Construction Contractors interesting in performing work on the potential repairs and alterations of the National Defense University, Building 59 at Fort McNair, Washington, D.C. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engage in providing the services described hereunder. Responses to this Sources Sough 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 notice. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the 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 cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. 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 Solicitation, if any is issued. 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 $25,000,000.00 and $100,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 � �Commercial and Institutional Building Construction, �which has a small business size standard of $39,500,000.00. The Product Service Code for this procurement is: Y1CZ. Prior Government contract work is not required for submitting a response to this sources sought notice. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award a partial building renovation for Building 59 � National Defense University, Fort McNair, Washington, D.C.� The project is to provide HVAC and renovation services for Eisenhower Hall (Building 59), which is located on the Fort McNair Military Base in Washington, D.C., Building 59 functions as an educational facility in support of the National Defense University. Eisenhower Hall was built in 1960 and is over 60 years old. Existing Building background: Building 59 is a four (4) story building of approximately 130,000 square feet (SF) with a small mechanical basement and crawl space as well as a mechanical penthouse. Currently Building 59 houses 400-450 people and the facility systems run 24/7. The facility houses numerous classrooms, study carrels, conference rooms, offices, and two large auditoriums as well as other support functions. Building 59 is within a historic zone and exterior modifications must be reviewed and approved by State Historic Preservation Office (SHPO). Major upgrades were done in 1996. which includes: Upgrades major to mechanical systems and other systems.� Original windows were maintained but new storm windows that include a film to provide a level of blast protection were incorporated behind the original windows towards the inside. Blinds were placed between these two window systems without any provision for venting the trapped air. Solar panels were installed on the roof. Scope of Work: The work includes partial building renovation with hazardous material, civil, architectural, building envelope repair, structural, plumbing, mechanical/HVAC upgrades, electrical, telecommunication and audio/visual work, and incidental related work, to include but not limited to a Sensitive Compartmented Information Facility (SCIF). Estimated period of performance/construction duration is 540 calendar days. Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if has been registered or does it plan to register. In consideration of NAICS code 236220 with a size standard in dollars of $39,500,000, indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Services Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. Provide a letter from the Surety Company regarding the bonding capability for a single contract action and aggregate of the interested Prime Contractor. Provide a minimum of two (2) and no more than four (4) examples of design-bid-build (DBB) projects of similar scope, size and complexity described above, completed within the past five (5) years with a minimum of $30 million or 25,000 Building Gross Square Feet (BGSF) and displays experience related to the scope of this project and specific experience listed below: Responders should have experience with a minimum of two (2) elements in the area listed below and provide narratives identifying that specific experience: Extensive experience in HVAC Upgrades (i.e., modernize HVAC system to improve ventilation and prevent mold growth). Historic Building Exterior/Envelope repair and restoration and associated coordination and approvals with the State Historic Preservation Office, National Capital Planning Commission and Commission of Fine Arts Mold remediation and prevention SCIF Renovation (all levels) ����������� The Government would also request feedback on the following: A Lowest Price Technically Acceptable Source Selection process is being contemplated as an acquisition strategy for this requirement. Is this strategy acceptable or is there another strategy you would recommend and why? Please provide a narrative (no more than one page). Comments will be shared with the Government project design team, but otherwise be held in strict confidence. Narrative shall be no longer than 15 pages in one (1) PDF file. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. 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 12:00 P.M. Eastern Standard Time (EST) Tuesday, January 4, 2022. All responses under this Sources Sought Notice must be emailed to qiana.l.bowman@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the sources sought notice number PANNAD-22-P-0000-001126. 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: Qiana Bowman via email � qiana.l.bowman@usace.army.mil and tamara.c.bonomolo@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/762296ff95ed45459bbd44692479e1a2/view)
- Place of Performance
- Address: Fort McNair, DC 20024, USA
- Zip Code: 20024
- Country: USA
- Zip Code: 20024
- Record
- SN06200653-F 20211219/211217230108 (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 |