Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOURCES SOUGHT

Y -- Information Dominance Center, Phase 1, Fort Belvoir, VA

Notice Date
3/20/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0014
 
Archive Date
4/18/2012
 
Point of Contact
Christina Sale, Phone: 410-962-3526
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@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 performing work on a potential design-bid-build construction solicitation for the $25M to $100M FY12 MCA PN57508, Information Dominance Center, Phase 1 to be located at Fort Belvoir VA. 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: A construction solicitation for the $25M to $100M FY12 MCA PN57508, Information Dominance Center, Phase 1 to be located at Fort Belvoir VA. Sources interested in this announcement should have knowledge and experience to construct a design-bid-build parking garage, central utility plant, a central heating and cooling plant, and standby generators. The parking structure will be 5 levels, approximately 534,000 SF, with the capability to add a 6th level in the future. The parking structure provides space for a 12,000 SF Central Utility Building (CUB) with utility piping and control stub outs that will support chillers, cooling towers, fire pumps, standby generators and underground fuel tanks. The CUB is located in the lower level of the parking structure. Construct HVAC systems for the parking garage elevator lobbies with ground source heat pump systems and install ground loop field. Construct the HVAC and plumbing systems for the new guard houses with ground source heat pump systems, as well as system for the restrooms. Construct 3700 feet of primary feeder which requires connection to a substation and to new 38 kV equipment. Install 38kV switchgear in the CUB for the interconnection of the new substation feeder to the new switchgear. Install 1500 kW generator to backup this distribution path when utility power is not available. Supporting facilities include extensive site and utility improvements. These include road intersection improvements; reconfiguration of the entry control point, a new entry control facility with POV and truck inspection lanes, two new guard houses, modification of security systems, a 273,000 SF parking lot and storm water retention. Sources interested in the announcement should demonstrate an understanding of construction in populated areas. Demonstrate safe and effective use of multiple cranes on or near airfield or controlled air space to erect pre-cast concrete members. Other project features include security system installation, Commissioning, Energy Management Control System (EMCS) connections, and building information systems. Supporting utilities include electric service, natural gas, water, sanitary sewer, access road modification, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, site preparation and improvements, 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. Belvoir 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. Belvoir. 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 businesses 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 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. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location, including LEED Silver certification or better. •4. Provide 3 examples of projects similar to the requirements described above within the past 5 years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors without experience deemed equal or significantly similar to that described above may not be considered for this work. Contractors with marginal or 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. •7. Email responses are required. In addition, 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. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to christina.sale@usace.army.mil no later than 11:00am April 3, 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0014/listing.html)
 
Place of Performance
Address: US Army INSCOM, Fort Belvoir, Virginia, 22060-5500, United States
Zip Code: 22060-5500
 
Record
SN02700778-W 20120322/120320235316-a926f7483a855bc9c6b3fd3257745433 (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.