SOLICITATION NOTICE
Y -- RECORDS CENTER REPLACEMENT (RCR) AND MERCURY FLORA (MCF) FACILITIES, FORT GEORGE G. MEADE, MD
- Notice Date
- 8/7/2020 5:09:41 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR20R0007
- Response Due
- 10/16/2020 8:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- Sierra S. Marshall, Contract Specialist, Phone: 240-636-9615
- E-Mail Address
-
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), East Campus Integrated Program Office (ECIPO) issues this pre-solicitation notice for a fixed price award fee (FPAF) design-build (DB) construction contract. This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 ""Commercial and Institutional Building Construction"" with a size standard of $39,500,000.00. Project Description: Design and construct two (2) new, separate, State-of-the-Art structures/buildings known as Records Center (RCR) and Mercury Flora (MCF) on Fort George G. Meade, Maryland.� The two buildings are in the general vicinity of each other and will share the same site.� In addition, to provide space for RCR/MCF, the scope also includes full structural demolition of one large aging existing warehouse/administration facility (Approx. 132,000 SF) and five other smaller existing out-buildings (Approx. 11,000 SF total). The RCR facility is an 85,000 SF multi-story administrative and warehouse structure for staff to perform records management functions.� This facility will include secure access, administrative areas, office areas, shared workstations, conference rooms, break rooms, lockers, high-bay, humidity-controlled records storage module with cold storage rooms.� The storage area will have super-flat concrete floors, fixed shelving and open storage spaces.� There will also be supporting warehouse spaces for shipping and receiving, decontamination, records staging, packaging, and forklift charging.��� The MCF facility is a 250,000 SF multi-story administrative and warehouse structure to support light industrial warehouse and administrative functions.� This facility will include secure access, high-bay, loading dock, industrial workshops, IT rooms, lobby, administration areas, office areas, conference areas, break rooms, caf�, storage areas, and an on grade corridor connection to another existing facility.�� Both facilities consists of core and shell structure and foundation; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing.� Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications.� Both facilities will be built to ICD-705 Sensitive Compartmented Information Facility (SCIF) standards.� MCF and RCR includes redundant primary power and Uninterruptable Power Supply (UPS) and Uninterruptable Mechanical Supply (UMS) systems to ensure continuity of operations. Site infrastructure for both facilities will include primary electrical service to the site, water, sewer, stormwater and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures.� Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures.� Additional site work consists of curb and gutter, walkways, courtyards and roads.� Perimeter security reconstruction and extension is required with road improvements. Both Facilities will strive to meet LEED Silver certificate and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007.� Low Impact Development will be included in the design and construction of this project as appropriate. The magnitude of construction is between $250,000,000 and $500,000,000.00. Construction duration is approximately 44 months from notice to proceed (NTP).� Additional information in accordance with the statement of work will be included in the request for proposal (RFP) package. This will be a Two Phase Design-Build contract utilizing the best value tradeoff process. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. It is anticipated that Phase I will be released on or about October 16, 2020 with proposals due on or about November 30, 2020. Phase I of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of beta.SAM. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.beta.sam.gov. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Interested PRIME CONTRACTORS are required to fill out a Statement of Affiliation (SOA) that will be issued with the Phase I solicitation. This document will be reviewed and approved by the security personnel; however submitted through USACE. A foreign interest is defined as any of the following: A foreign government or foreign government agency; 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; Any individual who is not a U.S. citizen; or 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 interested contractor should possess any of the above they will be required to submit a statement/letter of mitigation in order to explain their foreign interest for further review and approval. SOAs shall be submitted for approval no later than one week from the date the Phase I solicitation is issued to ensure approved SOAs can be included in the final Phase I proposal. Interested contractors shall anticipate up to a two week Government review/process of SOAs. While not required, interested Prime Contractors may submit SOAs for approval prior to the issuance of the Phase I solicitation to Sierra Marshall, Contract Specialist at email: Sierra.s.marshall@usace.army.mil.� The SOA form can be found as an attachment to this notice. Phase II of the solicitation will only be available to those offerors selected to advance to Phase II. It is anticipated that Phase II will be released on or about June 25, 2021 with proposals due on or about September 24, 2021 and award on or about February 14, 2022 Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220 listed above) to this acquisition must be in vendor�s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. 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/2effc422e4a1472ba7ae5b75f80b0d8a/view)
- Place of Performance
- Address: Fort George G Meade, MD, USA
- Country: USA
- Country: USA
- Record
- SN05749462-F 20200809/200807230141 (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 |