SOURCES SOUGHT
Y -- SOURCES SOUGHT NOTICE/PROJECT LABOR AGREEMENT (PLA) MARKET SURVEY: EDUCATION AND INNOVATION CENTER, FORT GEORGE G. MEADE, MD
- Notice Date
- 6/27/2024 3:03:49 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-24-P-0000004879
- Response Due
- 7/15/2024 8:00:00 AM
- Archive Date
- 07/30/2024
- Point of Contact
- Erica A. Eaton, Patricia Morrow
- E-Mail Address
-
Erica.A.Eaton@usace.army.mil, patricia.morrow@usace.army.mil
(Erica.A.Eaton@usace.army.mil, patricia.morrow@usace.army.mil)
- Description
- Agency/Office:� �US Army Corps of Engineers Location:� �USACE District, Baltimore Title:� �SOURCES SOUGHT NOTICE/PROJECT LABOR AGREEMENT (PLA) MARKET SURVEY: EDUCATION AND INNOVATION CENTER, FORT GEORGE G. MEADE, MD Notice ID No.:� �PANNAD-24-P-0000 004879 Solicitation No.:� TBD Descriptions: 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 and addressing the potential use of Project Labor Agreements (PLA) for a large-scale construction project (exceeding $25 million) located on Ft. G. Meade, Maryland. Responses are due no later than 11:00 a.m. Eastern Standard Time 15 July 2024.� This is a Sources Sought Notice and is for informational purposes only.� 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.� Responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses are to be sent via email to Ms. Erica Eaton at erica.a.eaton@usace.army.mil and Mrs. Patricia Morrow patricia.morrow@usace.army.mil no later than 11:00 a.m. EST 15 July 2024. The project will be a Firm-Fixed Price Design-Bid-Build Contract for the Construction of the Education and Innovation Center (EIC) located at Fort Meade, Maryland.� In accordance with DFARS 236.204 � Disclosure of the magnitudes of construction projects, the magnitude of this project is $100,000,000.00 - $250,000,000.00. The North American Industry Classification System code (NAICS) for this procurement will be 236220. Project Description The Education and Innovation Center (EIC) will be a 142,241 GSF 2-story facility located behind the current National Cryptologic Museum (NCM) on the N11 parking lot, it will be constructed to support public engagement, industry and academic outreach, trainings, conferences, and events. The program will include a Main Hall for large events, a multi-Purpose Room for gatherings such as conferences, symposia, and banquets, classrooms and conference rooms of varying scales, an administrative suite, exhibit spaces and a research library to support NCM programming, a full catering kitchen, and other amenities such as a gift shop and caf�. The program will also include a variety of support spaces external to the primary facility including a service drive and loading dock, utility pads for recycling and trash collection, a generator, a 2,500 SF covered outdoor event space and surface parking. The existing adjacent NCM will remain fully operational during construction and will be demolished once the new Education and Innovation Center is fully functional. Demolition will also include the existing Shell station. The construction will be phased to maintain the approximate 100 parking spaces currently used by the existing museum and will provide 500 total parking spaces following completion of the project. The building is anticipated to be a two-story steel framed structure. The foundations are anticipated to be shallow foundations, mainly consisting of isolated spread footings. Facility will have an elevator conveyance system; electrical/mechanical service and distribution components and systems; fire protection, information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing.� Interior finishes will include acoustically rated interior partitions and ceilings, floor finishes, power, lighting, and environmental controls.� Facility will also include redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations.� Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience in Design-Bid-Build construction projects of similar nature as described under the Project Description. Further, please include in your response, the following questions (in the exact order):� Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. Firm�s interest in providing a proposal on the pending solicitation once issued. Experience:� Evidence of capabilities to perform work comparable to that required for this project. 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), Progressive Design-Build, 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.� Address if the project included follow-on Operations & Maintenance (O&M) of the constructed facility.� Identify if, based upon the scope of this project, interested Firms would form a joint venture to execute this work.� Provide Joint Venture information, if applicable including DUNS number and CAGE code. Address the Firm�s plan to include small business participation to the maximum extent practicable and what your Firm believes to be reasonable small business goals. 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. Identify Firm�s plans and expectations on how to address Project Labor Agreement (PLA) requirements associated with this project and possible scope, schedule, budget impacts and address the PLA specific questions below.� Do you have knowledge that PLA has been used in local areas on projects of this kind? If so, please provide supporting documentation. Are you aware of skilled labor shortage in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. Are you aware of time sensitive issues/scheduling requirements that would affect that rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in federal procurement. Identify any additional information you believe should be considered on the use of PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of PLA on the referenced project. Outline Firm�s plans and expectation on addressing demolition phasing, safety, and security on this project due to project site being outside of Ft. G. Meade�s controlled perimeter. The Government is considering alternative procurement methods (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? Narratives shall be no longer than twenty-five (25) pages.� Email responses are required and should be submitted to Ms. Erica Eaton at erica.a.eaton@usace.army.mil and Mrs. 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. 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://sam.gov/opp/fd6d086e23174ad6bbcabe80b8f460c8/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN07111394-F 20240629/240627230126 (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 |