Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOURCES SOUGHT

Y -- Asymmetric Warfare Group Complex - Fort George G. Meade, Maryland 20755

Notice Date
1/24/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0012
 
Response Due
2/7/2012
 
Archive Date
4/7/2012
 
Point of Contact
Kevin Cook, 410-962-2935
 
E-Mail Address
USACE District, Baltimore
(kevin.j.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in FY12 MCA PN65755, Asymmetric Warfare Group Complex, to be located at Fort George G. Meade. The prime contractor will have to perform 20 percent of the work including the administration of the project. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Construction of the Asymmetric Warfare Group Complex to be located Fort George G. Meade, MD 20755 (FY12 MCA PN65755), estimated value to be between $10 and $25 million. Sources interested in this announcement should have knowledge and experience to construct design-bid-build administrative and automotive maintenance facilities with phased occupancy of facilities. The project consists of the construction of 4 buildings. Three (3) of the buildings are to be located within the current AWG Campus, with the fourth building located on a site approximately 1 mile from the AWG Campus. The buildings include, the Headquarters building is approximately 75,000 SF, a Visitor Control Center (VCC) approximately 2700 SF, a Vehicle Maintenance/Fabrication Facility approximately 7000 SF and a DPW Building approximately 15,000 SF. This project also includes the demolition of 4 buildings to be phased with construction activities. Sources interested in the announcement should demonstrate an understanding of constructing multiple buildings within the same campus and phased occupancy of facilities. Sources interested must also demonstrate an understanding of SCIF construction and show that they have successful constructed SCIFs that have been certified. Other project features include raised floor system and under floor air distribution systems, HVAC and electrical system, low voltage digital addressable lighting systems, large photovoltaic systems (greater than 50 kW), emergency and standby generators, Commissioning, Energy Management Control System (EMCS) connections, SIPRNET and JWICS installation, and building information systems. Supporting facilities include electric service, natural gas, water, sanitary sewer, access road, parking, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, site preparation and improvements, including stormwater management features complying with MDE's Environmental Site Design regulations, fire protection and alarm systems, and information systems. Sustainable Design and Development (SDD), Energy Policy Act of 2005 (EPAct05) and LEED V3.0 certification and other energy policies are features that will be provided in the design and required to be implemented by the contractor. All contractor employees working at the project site on Ft. Meade must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Ft. Meade. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small business pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Qualified Small Businesses - Please submit the following information: 1. Company name, address, phone number, point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Demonstrate experience in type of work at the similar contract value in similar type of location, including LEED Silver certification or better. 4. Provide 5 examples of projects similar to requirements described above within the past 5 years. Include point of contact information for 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. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than 12 pages in one.pdf file, or one word document. 7. Email responses are required. This sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Responses are to be sent via email to Kevin.J.Cook@usace.army.mil no later than 1:00pm EST, 08 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0012/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02660306-W 20120126/120124234822-5b023b64a593ab5b69944d295baab2ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.