Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2024 SAM #8411
SOURCES SOUGHT

Y -- EAST CAMPUS VENONA ROAD WIDENING CONSTRUCTION SERVICES

Notice Date
12/5/2024 2:14:30 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-25-P-0000-002997
 
Response Due
12/20/2024 9:00:00 AM
 
Archive Date
01/04/2025
 
Point of Contact
Erica A. Eaton, Laura A. Wade
 
E-Mail Address
Erica.A.Eaton@usace.army.mil, laura.a.wade@usace.army.mil
(Erica.A.Eaton@usace.army.mil, laura.a.wade@usace.army.mil)
 
Description
Title: EAST CAMPUS VENONA ROAD WIDENING CONSTRUCTION SERVICES, FORT GEORGE G. MEADE, MD � Solicitation: PANNAD-25-P-0000 002997 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 synopsis or any follow-up information requests. Responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions. Responses are to be sent via email to Erica Eaton at erica.a.eaton@usace.army.mil and laura.a.wade@usace.army.mil no later than 11:00 a.m. EST 20 December 2024. This project will be located at Fort Meade, Maryland. In accordance with DFARS 236.204 � Disclosure of the magnitudes of construction projects, the magnitude of this project is between $10,000,000 and $25,000,000. The North American Industry Classification System code (NAICS) for this acquisition is 237310 � Highway, Street, and Bridge Construction. Project scope allows for subcontracting opportunities for other categories like NAICS 236220 � Commercial and Institutional Building Construction, NAICS 238910, and NAICS 238990 � Building and Property Specialty Trade Services. Project Description: The Venona Road is located at Fort Meade, Maryland. The project scope includes upgrading the Venona Road to a four-lane roadway from O�Brien Road X Samford X Venona Road junction eastward and northward to south of Ultra Avenue. The two new lanes will be located to the south and east of the existing alignment, with a grass median and access lanes through the median at various stretches of this road. The project elements include construction of retention wall(s) as warranted by the site conditions and space limitations, installation of traffic control barrier arm structures at a designated locations in the relative proximity to the Venona Road, installation of an automated emergency access gate that serves as entry and exit during emergencies from the Taylor Avenue to the Venona Road access road connecting Taylor Avenue to the Venona road, additional pull outs and access roads for the security to access the fence, and installing trailers in the parking lot of the former golf clubhouse site to serve as the new office location for the East Campus Integrated Programs Office (ECIPO). Scope of work (SOW) further includes the demolition of the current ECIPO office (Building 9899 � approximately 10,000 SF single story structure with concrete slab foundation). The SOW includes security features for the emergency gate at the Taylor Avenue and integration of this with the existing Perimeter Security Anti-Terrorism (PSAT) fence including M50 P1 Certified Cable Barrier and minor road realignment work upgrading the Taylor Avenue. The work includes constructing supporting facilities for infrastructure features such as general site circulation, storm water management, supporting security features, lighting and landscaping features that integrate within the existing East Campus. Improvements will include new or expansion of existing utility services and distribution systems. Site preparation work will include standard clearing/grubbing, cut/fill and grading, and erosion and sediment control measures. Construction execution shall allow for uninterrupted traffic flow during construction. The prime contractor and/or their partners they plan to enter into joint venture agreements with to undertake this project must have experience in developing maintenance of traffic (MOT) plans and successfully managing the road construction projects in accordance with the MOT. Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience with construction projects within $10M to $50M of similar nature as described under the Project Description. Further, please include in your responses to 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 Unique Entity Identity number (UEI) number, CAGE code, and current status on Sam.gov. Identify whether the firm is small business, woman, minority, or veteran�s owned and if currently certified or have plans to pursue 8A certification with SBA within one year (on or before June 2025) If not a small business entity then please provide experience and plans to employ and manage small business entities meeting the USACE small business utilization goals and any other details of team integration with the proposed sub-contractors that could add value to the overall project mission and success. Distance of the prime contractor�s office from project site/Fort Meade Firm�s interest in providing a proposal on the pending solicitation once issued. Experience: Evidence of capabilities of the prime contractor to perform work comparable to that required for this project (e.g. construction and management of roads and road widening work). Provide five recent relevant/comparable projects completed within the past ten years. A minimum of three of these past projects must demonstrate prime�s or proposed joint venture partner�s experience with road widening or road construction work comparable in size and complexity of the Venona Road widening work scope. Include the project name; dollar value of the project; description of the key/salient features of the project, site specific challenges; 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, etc.) and delivery method (e.g., Guaranteed Maximum Price (GMP, Design-Bid-Build, Design-Build, etc.). Responses should address the firm�s capability to construct a project of this type within a secure federal environment. 7. The experience may be demonstrated by the sample projects undertaken as prime contractor and/or responsible for specific comparable project work as subcontractor with at least two comparable projects completed as prime contractor. 8. Overall experience shall demonstrate capability to undertake- directly or through sub-contractor management, all major construction elements of this project scope. 9. 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 UEI number, CAGE code, and also 8A certification status if a small business entity. 10. 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. 11. This project is required to be constructed within a secured environment and will require US citizens only for all work. Based on your experience, state whether these requirements could impact the cost of the project and if so, approximately by what percentage? 12. Please identify an expected timeframe for the period of performance of a project of this nature. Narratives shall be no longer than forty (40) pages. Email responses are required and should be submitted to Erica Eaton via email at erica.a.eaton@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 20 December 2024. 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, the 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/6923b18cee73430fa69e3acda32aaf83/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07283918-F 20241207/241205230123 (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 |
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.