Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2022 SAM #7370
SOURCES SOUGHT

Y -- SOF BATTALION OPERATIONS FACILITY, HEC, ALEXANDRIA, VIRGINIA

Notice Date
2/2/2022 12:13:54 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-22-P-0000-001469
 
Response Due
2/18/2022 9:00:00 AM
 
Point of Contact
Qiana Bowman, Phone: 4109625613, Michael J. Getz, Phone: 4109623455
 
E-Mail Address
qiana.l.bowman@usace.army.mil, Michael.J.Getz@usace.army.mil
(qiana.l.bowman@usace.army.mil, Michael.J.Getz@usace.army.mil)
 
Description
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, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for Contractors performing the work on the proposed project to construct the SOF BATTALION OPERATIONS FACILITY, HEC, ALEXANDRIA, VIRGINIA. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from potential PRIME construction contractors. � 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. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the 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 cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the SOF Battalion Operations Facility, HEC, Alexandria, Virginia.� The project is to construct a three story (43,100 SF) battalion headquarters and company operations facility, including company administrative and readiness modules with arms vault, classrooms, conference rooms, team rooms, and mission planning areas.� The project also includes constructing four pre-engineered buildings with rigid steel frames, insulated walls, environmental control, and security features. Building systems will include fire detection and suppression, energy management control system, unclassified and classified communications networks, protected distribution system (PDS), intrusion detection, surveillance, and electronic access control.� Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, CCTV and information systems distribution), lighting, parking, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements.� Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders.� Low Impact Development (LID) features will be included in the design and construction of this project as appropriate. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current Department of Defense criteria. Access for individuals with disabilities will be provided. Comprehensive interior, electronic security systems, and audio-visual design services are included. Construction duration estimated to be 496 calendar days. The purpose of this Notice is to gain knowledge of interest, capabilities and qualifications of various members of the industry. The Magnitude of Construction is between $25,000,000 and $100,000,000.� The North American Industry Classification System (NAICS) code is for this procurement is 236220 � �Commercial and Institutional Building Construction�, which has a small business size standard of $39,500,000. 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. In consideration of NAICS code 236220 with a size standard in dollars of $39,500,000, indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Services 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 Company regarding the bonding capability for a single contract action and aggregate of the interested Prime Contractor. Capability Statements: Shall submit information on at least two (2) but no more than four (4) design build and or/design-bid-build completed projects with similar scope of work and magnitude of construction within the past six (6) years. These projects must be of relevant scope and complexity and have either a minimum project size of 22,000 Building Gross Square Feet (BGSF) or demonstrate a minimum completion value of $25,000,000 considering adjustment for escalation from project completion to 2021. At least two of the projects shall demonstrate ability to successfully complete an approved Sensitive Compartmented Information Facility (SCIF) as well as four (4) or more of the following elements: Experience working and connecting to existing utilities on a military installation Experience installing complex Mechanical/HVAC systems. Experience employing physical security and anti-terrorism/force protection measures. Experience with building foundations and structural components of the building. Experience with construction of a mission support areas for joint staff offices, executive offices, collaborative spaces, and meeting rooms. Experience with construction of an accredited SCIF spaces. Successful installation of a building systems that include fire alarm/mass notification, fire suppression, utility management control, telephone, advance communication networks, cable television, and infrastructure for electronic security systems (intrusion detection, closed circuit surveillance, and electronic access control). Experience to construct an interior build out that will provide comprehensive interior, electronic security systems, and audio-visual design services. �Experience performing with Department of Defense (DoD). Narrative shall be no longer than 10 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise 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) February 18, 2022. All responses under this Sources Sought Notice must be emailed to qiana.l.bowman@usace.army.mil and michael.j.getz@usace.army.mil referencing the sources sought notice number PANNAD-22-P-0000-001469. 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: Qiana Bowman via email � qiana.l.bowman@usace.army.mil and michael.j.getz@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5e66ea2c30c4ea7af63f64e23e27b88/view)
 
Place of Performance
Address: Alexandria, VA, USA
Country: USA
 
Record
SN06231795-F 20220204/220202230103 (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.