Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOURCES SOUGHT

Y -- ACF Building - Sources Sought Matrix

Notice Date
11/29/2016
 
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-17-S-0002
 
Archive Date
12/28/2016
 
Point of Contact
Melissa Renee McMillan-Cox, Phone: 4436547235
 
E-Mail Address
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Potential offerors are required to fill out the included matrix. Responses are due no later than 5:00 p.m. eastern standard time 13 December 2016. 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 A MINIMUM SINGLE BONDING CAPACITY OF $25M 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 Renee McMillan-Cox via email at melissa.r.mcmillan-cox@usace.army.mil no later than 5:00 p.m. eastern standard time 13 December 2016. Project Description: This project will be a Firm-Fixed Priced (FFP) Design-Build (DB) Two Phase construction project to construct a new Access Control Facility (ACF) facility located on Fort George G. Meade, Maryland. In accordance with DFAR 236.204 - Disclosure of the magnitude of construction projects, the magnitude of this project is between $10,000,000 and $25,000,000. The NAICS code for this solicitation will be 236220 with a size standard of $36.5M. Additional project details include the following: This project includes the construction of a 10,000 gross square foot new Access Control Facility with the capacity to support the processing of visitors per criteria established by the Unified Facilities Criteria (UFC). These requirements include a waiting area, service counter, break room, offices, restrooms, electrical, mechanical and fire alarm/suppression. The supporting facilities include site preparation, infrastructure improvements, utility services, perimeter security measures, infrastructure for the telecommunication and the physical security system. The site preparation will include standard clearing, grubbing, cut, fill, grading and environmental (sustainable) features. A surface parking lot and the demolition of the existing ACF will also be a part of this project. The new facility will be required to meet the minimum DoD Antiterrorism standards and to meet the requirements of the American Disabilities ACT (ADA). There may be minimal asbestos, lead paint and bio-hazards remediation in the existing ACF building. Potential offerors are required to fill out the included matrix. Your response should include the following information in your response: details of similar contracts to include contract number, project references (including owner with phone number and email address), size of contracts and scope of the projects. Additionally, provide information on your bonding capability - both single and aggregate as well as small business categories. Narratives shall be no longer than five pages. Email responses are required and should be submitted to Renee McMillan-Cox via melissa.r.mcmillan-cox@usace.army.mil. Potential offerors will also be requested to fill out a Statement of Affiliation (SOA) that will be issued with the Solicitation (Request for Proposal) at a later date. This document will be reviewed and approved by the security personnel; however, submitted through US Army Corps of Engineers (USACE) before they will be allowed to pick up a copy of the plans and specifications. 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 potential offeror should possess any of the above they may be required to submit a statement/letter of mitigation in order to explain their foreign interest for further review and approval. The Government is particularly interested in responses from small businesses that are capable of executing this potential contract as a prime contractor. Please identify your federally designated small business category or categories. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Offerors must fill out the attached matrix but may support their submission with other information 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 MINIMUM SINGLE BONDING CAPABILITY OF $25,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0002/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04338569-W 20161201/161129234614-57d3d98b81a5fdbce73f2afc51eac419 (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.