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
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA

Notice Date
4/9/2025 12:38:15 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
W912DR25R15SR
 
Response Due
5/7/2025 8:00:00 AM
 
Archive Date
06/07/2025
 
Point of Contact
Amber ROSE, Phone: 4109623987, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
amber.l.rose@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(amber.l.rose@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
Project Title: Unaccompanied Enlisted Personnel Housing (UEPH), Joint Base Myers Henderson-Hall (JBMHH), Virginia Solicitation Number: W912DR25RA022 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 Contractors interested in performing work to construct the Unaccompanied Enlisted Personnel Housing (UEPH) project located on Joint Base Myers Henderson-Hall, Virginia. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. An Industry Day is expected in early May 2025 to include one-on-one sessions. Time and dates will be provided as a separate special notice in the future. Encourage interested industry partners to attend to gain insight on a complex installation construction site. The USACE Baltimore District is planning to issue a draft RFP in late 4th Quarter to solicit further feedback. 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. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Unaccompanied Enlisted Personnel Housing (UEPH), Joint Base Myers Henderson-Hall, Virginia. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB) contract procured in accordance with FAR 15, Contracting by Negotiations using formal source selection procedures. Construct standard design barracks to include living quarter suites to accommodate 200 Soldiers, clothes steam and barber rooms. Primary facilities include cybersecurity and antiterrorism/force protection (AT/FP) measures, building information systems, fire protection and alarm systems, intrusion detection system (IDS) installation, and energy monitoring control systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development with demolition, utilities and connections, steam for pressing room, storm drainage, paving, parking, walkways, lighting, information systems, landscaping and signage. Heating and air conditioning will be provided by a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as appropriate. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Demolish 16 buildings at Joint Base Myer-Henderson Hall, VA (30,897 Total SF. Air Conditioning (Estimated 420 Tons). The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $100,000,000 and $250,000,000. 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 $45,000,000. Prior Government contract work is not required for submitting a response to this Sources Sought Notice. Responders should address ALL the following in their submittal: Firm's name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. In consideration of NAICS code 236220, with a small business size standard in dollars of $45M, indicate your firm�s business classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. For those Prime Contractors interested in this requirement, please provide a letter from the surety regarding the bonding capability for a single contract action and aggregate, in accordance with the magnitude of construction for this requirement, both expressed in dollars. Indicate if your company is interested in performing as a prime or subcontract for the above project. Provide three (3) example projects similar to the requirements described above completed within the past ten (10) years. Include point of contact information for the examples provided as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: Capability Statements should include information and details of a minimum of three (3) projects with similar scope of work and magnitude of construction within the past ten (10). Experience in successful whole building commissioning Experience with construction in a confined urban area. Highlight in the projects the unique capability of your firm to successfully deliver a project of this magnitude and complexity. What innovative methods did you employ? What should the USACE Baltimore District consider in their planning effort 8. A streamlined Best Value Trade-Off (BVTO) Source Selection process is being contemplated as an acquisition strategy for this requirement. Is this an acceptable strategy or is there another strategy you would recommend and why? What criteria would your firm suggest be used in the evaluation? Though no page limits are provided, please be concise when submitting your responses. Comments will be shared with the Government and the project design team, but otherwise will 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 11:00 AM Eastern Standard Time (EST) 07 May 2025. All responses under this Sources Sought Notice must be emailed to amber.L.rose@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the Sources Sought Notice number W912DR25R15SR. 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: Amber Rose via email; amber.L.rose@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37629828fc7c40379f80d68b38061682/view)
 
Place of Performance
Address: Fort Myer, VA 22211, USA
Zip Code: 22211
Country: USA
 
Record
SN07403354-F 20250411/250409230101 (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.