Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

Y -- Pentagon Control Tower and Day Station

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR20R0005
 
Archive Date
12/20/2019
 
Point of Contact
Michael J. Getz, Phone: 4109623455
 
E-Mail Address
Michael.J.Getz@usace.army.mil
(Michael.J.Getz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: PENTAGON - CONTROL TOWER/DAY STATION, ARLINGTON, VIRGINIA. SOLICITATION NO. W912DR20R0005 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 SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of PENTAGON - CONTROL TOWER/DAY STATION, ARLINGTON, 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. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. 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 a Pentagon - Control Tower/Day Station. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Contracting by Negotiations, under a Two-Phase Design/Build Best-Value Tradeoff Process. USACE is in the project planning phase for design and construction of the Control Tower/Day Station project at the Pentagon Reservation in Arlington County, VA. The objective of this project is to provide a permanent, purpose-built dual Air Traffic Control and Fire Day Station facility to deliver best practice support to the Pentagon heliport. The facility will incorporate all current technologies and the most modern equipment while enhancing the well-being of staff with professional work and relaxation spaces. The facility will be designed to comply with the latest building codes and standards, DoD directives, applicable UFCs, and LEED and WHS sustainable practice objectives. Construction methods, systems specifications and material selection shall create a building with a 25-year useful life prior to an expansive renovation, and a 50-year replacement life expectancy. The building itself will comprise facilities for both the Air Traffic Control Tower and the Fire Day Station. The Air Traffic Control portion will house an administrative suite of a supervisor office, general office, and ATC team room. Support rooms will include a dedicated communications room, a secure IT room, and an ATC equipment room. The Control Tower itself will have a cab at the upper level and a toilet room one floor below. The Fire Day Station will include a two-vehicle apparatus bay with ancillary spaces for PPE Equipment Wash, Equipment Maintenance, Foam Storage and PPE Gear Storage. A supervisor office with adjacent dispatch desk, a fitness room, personal lockers, laundry for personal items, and toilet rooms with showers will support the staffing 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 $10,000,000.00 and $25,000,000.00. 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 $39,500,000. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects similar to that described above for similar services, including references of completed projects similar in scope and scale. Similar projects include, but are not limited to Access Control Points (or Entry Control Points) with multiple buildings/structures and Border Stations. If the experience involving the active and passive vehicle barriers was not self-performed by the Contractor, the offeror shall submit "Experience Information" forms for the subcontractor that will be completing work for this project. Prior Government contract work is not required for submitting a response to this sources sought synopsis The following criteria must be considered to ensure the ability to perform the proposed work: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. 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. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $39.5M, indicate which of the following small business categories your business is classified under: 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. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. If your company is large, indicate that the company is capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business. 7. Provide three (3) examples of projects similar to requirements described above completed within the past seven (7) 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. 8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: a. Successful experience with the Pentagon permitting process. b. Include information indicating previous successful project work involving extensive coordination and working CONCURRENTLY with outside agencies specifically NCPC, CFA. c. Contractor must understand the Unified Facilities Criteria to include but not limited to: UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, UFC 4-020-01 DoD Security Engineering Facilities Planning Manual, UFC 4-022-01 Security Engineering: Entry control Facilities and Access Control Points, and UFC 4-021-02 d. Extensive P6 Scheduling capabilities. e. Extensive successful experience with green roof technology, LEED silver construction and Environmental Low Impact Development. f. Extensive successful experience with Microstation software and Building Information Management (BIM) technology. g. Extensive successful experience with Pedestrian Traffic Modeling studies. h. Extensive successful experience with construction over existing underground tunnel systems. i. Independent full-time, dedicated, self-performing (Prime contractor) safety staff. j. The contractor is required to be US Citizen. k. Satisfactory draft and final CPARS (at a minimum). 9. Total submittal shall be no longer than 15 pages in one (1).pdf file Double sided pages will count as two (2) separate pages 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 12:00 P.M. Eastern Standard Time (EST) November 22, 2019. All responses under this Sources Sought Notice must be emailed to michael.j.getz@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR20B0005. 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: Michael Getz via email - michael.j.getz@usace.army.mil and gary.faykes@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR20R0005/listing.html)
 
Place of Performance
Address: Arlington, Virginia, United States
 
Record
SN05492338-W 20191109/191107230944-f67b968f2aef80a725f446008a28ad92 (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.