Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SPECIAL NOTICE

Y -- Construction: Cyber National Mission Force Mission Operations Building (CNMF MOF), Fort George G. Meade, MD (FY27)

Notice Date
4/9/2025 1:19:00 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Response Due
4/25/2025 8:00:00 AM
 
Archive Date
05/10/2025
 
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
U.S. Army Corps of Engineers (USACE), Baltimore District General Information Title: Cyber National Mission Force Mission Operations Facility (CNMF MOF), Fort George G. Meade, MD Pre-Award No. PANNAD-24-P-0000 004242 This is a notice for the upcoming Pre- Solicitation conference and is for informational purposes only. This is not a request for proposals, quotations, or bids. The U.S. Army Corps of Engineers, Baltimore District, East Campus Integrated Program Office (ECIPO) requests letters of interest to attend this conference from potential prime construction contractors. Responses to this Pre-Solicitation conference announcement may be used by the Government to make appropriate acquisition decisions. Prime Contractors who provide responses to this notice will be invited to participate in a Pre-Solicitation conference followed by a one-on-one discussion with the Government. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The CNMF project will be a Firm-Fixed Price Design-Build (DB) Contract for the Construction of the Cyber National Mission Force Mission Operations Facility (CNMF MOF) located at Fort Meade, Maryland. In accordance with DFARS 236.204 � Disclosure of the magnitudes of construction projects, the magnitude of this project is over $500,000,000. NAICS Code: 236220 - Commercial and Institutional Building Construction Place of Performance: Fort George G Meade, MD 20755 USA Description The U.S Army Corp of Engineers (USACE) Baltimore district, East Campus Integrated Program Office (ECIPO) will hold a Pre-Solicitation conference on May 01 & May 02, 2025. The Pre- Solicitation Conference will be hosted by USACE � Baltimore District for the purpose of discussing the Planning, Scope and Timeline of the Cyber National Mission Force (CNMF) Pre-Construction / Construction Services project located at Fort George G. Meade, Maryland. The Government will use the Pre-Solicitation conference as an avenue to provide early opportunities for coordination with the Government team to ensure the DB Request for Proposal (RFP) is developing clear, comprehensive requirements and allowing for design teams to engage with the end users from the start. The conference will provide a 2-HR debrief of the project requirements and present additional information to assist in the development of the D-B RFP and procurement of the Construction contract. Project Description: The CNMF program requirements are currently under RFP development. The CNMF MOF has a total building area requirement of approximately 750,000 GSF to accommodate 2,000+ personnel, including supporting facilities with associated site work and environmental measures. The facility will be built on Fort George G. Meade, Maryland. The primary facility will be comprised of a multi-story structure with full basement. The facility includes open office areas, operations areas, collaboration spaces, food market, fitness center and remote learning/unclassified training areas. The mission support areas provide joint staff offices, executive offices, machine rooms, storage, and meeting rooms. The building will be Sensitive Compartmented Information Facility (SCIF) construction with an elevated pedestrian walkway to an adjoining building currently under construction. The project consists of core and shell structure and foundation; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm, and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically rated interior partitions and ceilings, power, lighting, environmental control and communications. Most of the structure will be built to SCIF standards. Project includes redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design. To accommodate the personnel occupying this building, an existing parking garage will be expanded under this project. The expansion will add approximately 1,758 parking spaces. This project will be a Two-Phase D-B contract utilizing the best value tradeoff process. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. It is anticipated that Phase I will be released on or about 3rd Quarter, 2025, with proposals due on or about 4th Quarter, 2025. Phase I of the RFP will be provided in an electronic format, free of charge, to all authenticated account holders of beta.SAM. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.beta.sam.gov. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Phase II of the RFP will only be available to those offerors selected to advance to Phase II. It is anticipated that Phase II will be released on or about 3rd Quarter, 2026 with a pre-proposal conference about halfway through to provide Feedback. Phase II proposals would be due on or about 4th Quarter, 2026 and award on or about 3rd Quarter, 2027. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220 listed above) to this acquisition must be in vendor�s SAM registration. Interested PRIME CONSTRUCTION CONTRACTORS to be considered must have a Bonding Capacity of $800M or greater for a single project. Interested PRIME CONSTRUCTION CONTRACTORS are required to fill out a Statement of Affiliation (SOA) that will be required to attend the Phase I Pre-Solicitation event. This document will be reviewed and approved by the security personnel; however, submitted through USACE. An approved SOAs must be obtained by 04/30/2025 to participate in the Pre-Solicitation Conference. A foreign interest is defined as any of the following: 1. A foreign government or foreign government agency. 2. Any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the United States or its possessions. 3. Any individual who is not a U.S. citizen; or 4. Any form of business enterprise organized or incorporated under the laws of the U.S., or a State or other jurisdiction within the U.S. that is owned, controlled, or influenced by one of the entities described in 1, 2, or 3 above. If the interested contractor should possess any of the above, they will be required to submit a statement/letter of mitigation to explain their foreign interest for further review and approval. SOAs shall be submitted for approval no later than one week from the date the Phase I Pre - Solicitation is issued (APRIL 16th, 2025) to ensure approved SOAs can be included before the conference date. Interested contractors shall anticipate up to a two- week Government review/process of SOAs. The SOA form can be found as an attachment to this notice. Additional information in accordance with the statement of work will be included in the request for proposal (RFP) package. Interested PRIME CONSTRUCTION CONTRACTORS shall submit the relevant requirements (Required Bonding Capacity, Approved SOA and a letter of interest in participating in the Pre-Solicitation conference) to participate in the Pre-Solicitation event. The Government reserves the right to deny participation from Prime construction contractors who do not meet the requirements and criteria outlined in this notice. Additional Information The Pre-Solicitation Conference will be a 2-day event, as described. The general agenda for the day will consist of an overview of the CNMF project with key Project milestones, the status of the acquisition, and a discussion on the intended use of the Firm Fixed Price for this acquisition. Parties are encouraged to RSVP by company name with a list of attendees and your preference for an in-person, OR hybrid setting via email to Erica Eaton, Contract Specialist. (erica.a.eaton@usace.army.mil) no later than 25 April 2025 at 11:00 AM EDT. Attendees will be limited to 5 Attendees per Offeror. The Government�s preference is for a 2-day in-person conference. With the day-one Agenda covering the Presentation, Q&A and scheduled one-on-one discussions, the day two will be utilized to continue one-on-one discussions. The conference is planned to be held in person at ECIPO office - 9899 3RD Cavalry Road, STE 5535 Fort George G. Meade, MD 20755 INFORMATION PRESENTED DURING THE ABOVE SESSION IS FOR PLANNING PURPOSES ONLY, DOES NOT CONSTITUTE AN INVITATION FOR BID OR REQUEST FOR PROPOSAL, AND IS NOT A COMMITMENT BY THE GOVERNMENT TO PURCHASE DESIRED SERVICES. USACE reserves the right to cancel and/or change the event time, date and location for any reason up to and including the day of the event. Circumstances for cancellation and/or rescheduling may include, but are not limited to inclement weather, rescheduling, speaker cancellation or rescheduling, and insufficient number of participants for the event. If USACE must cancel or reschedule this event, the Government will not be responsible for costs incurred in preparation. In the event of predicted inclement weather, a decision will be made by 5pm on the prior day. If the event is cancelled, an email will be sent to all registered participants. Schedule Day 1: 9:00 AM EST - 11:00 AM EST 1:00 PM EST � 5:00 PM EST � One-on-One Discussions Day 2: 9:00 AM EST � 5:00 PM EST � One-on-One Discussions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f5c0efd5a084bf981e1bff962e6005d/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07402250-F 20250411/250409230052 (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.