Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

Y -- Sources Sought for Construction of East Campus Building 1

Notice Date
11/1/2012
 
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-13-S-0006
 
Point of Contact
Carlen Capenos, Phone: 410-854-0739, John Alex Padgett, Phone: 4436547856
 
E-Mail Address
carlen.capenos@usace.army.mil, john.a.padgett@usace.army.mil
(carlen.capenos@usace.army.mil, john.a.padgett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 3:00 p.m. eastern standard time November 9, 2012. This is a Sources Sought Notice 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, requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH BONDING CAPACITY OF $75M OR GREATER concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to john.a.padgett@usace.army.mil and carlen.capenos@usace.army.mil no later than 3:00 p.m. eastern standard time November 9, 2012. Project Description: The Government contemplates one Firm Fixed Price Design-Bid-Build contract for the construction of the East Campus Building 1 (ECB1) located on Fort Meade, MD. The magnitude of construction is between $25M and $100M and the project will be incrementally funded. The scope of this contract will include the construction of a new four story low-rise, Class-A, cast-in-place, curtain wall system building. The square footage is 150,000. In addition, the scope will include associated site work and utility extension work. The facility will include: core and shell structure and foundations; electrical/mechanical service and distribution components/systems; fire protection alarm and suppression; information technology; communications; security systems support infrastructure; exterior finishes and weatherproofing. The interior build-out will provide structural raised access floor systems, ceiling, recessed lighting, and fire-rated interior partitions. The Contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All personnel working on any project relating to this acquisition must be U.S. citizens. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in projects of similar nature as described above. The Government would also like Industry feedback into the following: 1. Does Industry prefer a single phase selection or a two phase selection? If a two-phased selection, do you prefer a best value trade-off for Phase 2 or just price? 2. How would Industry like to see us select the awardee? What are your suggestions on evaluation criteria? 3. Does your company possess a Top Secret Facility Site Clearance? Your response should include the following information in your response: details of similar contracts, project references (including owner with phone number and email address), size of business and size of contracts. If you are a small business, please provide any federally designated categories of small business. Additionally, provide information on your bonding capability - both single and aggregate. Narratives shall be no longer than five pages. Email responses are required and should be submitted to Alex Padgett via john.a.padgett@usace.army.mil and Carlen Capenos via carlen.capenos@usace.army.mil. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submissions may be provided in any format. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY OF $75M+.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0006/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02922509-W 20121103/121101234056-52ad3974a3110af2d1227678051d1038 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.