Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOURCES SOUGHT

Y -- Ft Myer Renovation Barracks Building 416

Notice Date
2/6/2020 7:11:06 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201 USA
 
ZIP Code
21201
 
Solicitation Number
W912DR20R0020
 
Response Due
2/20/2020 8:00:00 AM
 
Archive Date
03/06/2020
 
Point of Contact
Carrie Vien, Phone: 4109620174
 
E-Mail Address
carrie.vien@usace.army.mil
(carrie.vien@usace.army.mil)
 
Description
Title: FT MYER� REPAIR BARRACKS BUILDING 416, ARLINGTON, VIRGINIA. W912DR20R0020 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. �������������������������������������������������������������������������������������������������������������������������������������� The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from qualified small and large business prime construction contractors interested in performing work on the renovation of the BARRACKS BUILDING 416 / COMMON USE BUILDING � JOINT BASE MYER HENDERSON HALL, 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. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. 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. Magnitude of Construction is $25M-$100M. � PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Renovation of Barracks and a common use building on Joint Base Myers.� Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-phase Best Value Tradeoff Process. USACE is in the project planning phase for design and construction of a four (4) wing Barracks and common use building project at Joint Base Myer-Henderson Hall in Arlington County, VA. Renovation of barracks building 416 include the failed and failing systems and components of the complex which consists of four (4) wings (416A, 416B, 416C & 416D) and a common use building. The direction was to upgrade to barracks standards as much as possible with 121 single units as a minimum. During a surge, rooms could double up as necessary. Building systems and components to be repaired include roofing, heating, ventilation, and air conditioning (HVAC), electrical distribution, sanitary sewer system, and fire alarm system and fire suppression system, building information systems, lighting & illumination fixtures and plumbing fixtures, exterior doors, windows, ceilings, flooring and floor finishes, living and common area will be repaired. Additional repairs include existing interior doors and walls and some selective demolition and reconfiguration of interior partitions to maximize capacity and improve efficiency of interior space. Hazardous materials (HAZMAT) were identified during the recent building condition survey and inspection. Removal of Asbestos Containing Material (ACM) and Lead Base Paint (LBP) will be required in this repair project IAW governing Federal and State requirements. This project will bring this building into the compliance with the current minimum Anti-Terrorism and Force Protection (AT/FP) requirements. This project will bring the facility into compliance with current standards of UFC 4-721-11.1 Unaccompanied Enlisted Personnel Housing (UEPH) for Entry, Kitchenette, Vanity, Bathroom, Bedroom, Closet, and Living Room quality standards to the extent possible within the existing building structure. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39,500,000.� Prior Government contract work is not required for submitting a response to this sources sought synopsis Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. � 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. � If applicable, 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. � Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. � Provide three (3) examples of projects similar to requirements described above within the past six (6) years. Include point of contact information for the examples provided and contract numbers, 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. � Responders must have experience with items a � d in the areas listed below and provide narratives identifying that specific experience. �Additional consideration will be given for experience in items e-i: � a. Complete Building Renovations/Restoration, b. Mechanical/HVAC systems, c. Fire alarm systems, d. IT/Communications systems, e. Construction of facilities on DOD facilities requiring compliance with UFC criteria, f. Understanding of UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. g. Understanding of P6 Scheduling, h. Experience in developing projects using BIM project execution plan (PxP) template, Minimum Modeling Matrix (M3), i. DB Prime contractor experience of least 5 projects over $5 Million with Min 2 as Design Build. � Total submittal shall be no longer than fifteen (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. 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 11:00 a.m. EST 20 February, 2020. All responses under this Sources Sought Notice must be emailed to, Ms. Carrie Vien, Contract Specialist � Carrie.Vien@usace.army.mil referencing the sources sought notice number W912DR20R0020. 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: Ms. Carrie Vien. *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award.� Vendors must also be registered in SAM under the applicable NAICS code as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5d6dc3b59ad24f6cbaa4ac4a20592d7a/view)
 
Place of Performance
Address: Fort Myer, VA 22211, USA
Zip Code: 22211
Country: USA
 
Record
SN05554060-F 20200208/200206230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.