MODIFICATION
Y -- Sources Sought - Raven Rock Mountain Complex (RRMC) Operations Facility
- Notice Date
- 9/5/2025 9:05:19 AM
- 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
- W912DR26RA0004-1
- Response Due
- 10/5/2025 8:00:00 AM
- Archive Date
- 10/20/2025
- Point of Contact
- Evonna Harley, Nicole Brookes, Phone: 4109622935
- E-Mail Address
-
evonna.m.harley@usace.army.mil, nicole.c.brookes@usace.army.mil
(evonna.m.harley@usace.army.mil, nicole.c.brookes@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- TITLE: Raven Rock Mountain Complex (RRMC) Operations Facility, Raven Rock Mountain Complex, Adams County, PA W912DR26RA004 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL 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 Raven Rock Mountain Complex (RRMC) Operations Facility, Adams County, Pennsylvania. 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. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the Government to contract for any construction requirements. Further, this 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 costs 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. In accordance with FAR 15.201(e), 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. The Magnitude of Construction is between $10,000,000 and $25,000,000. 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 $45,000,000. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Raven Rock Mountain Complex (RRMC) Operations Facility, , Adams County, Pennsylvania. Proposed project will be a competitive, Firm-Fixed Price (FFP) contract procured in accordance with FAR 15. Contracting Negotiations, under Design-Bid-Build (D-B-B) Best-Value Tradeoff Process. The objective of this project is for the design and construction of a Design-Bid-Build (DBB) construction of a new addition and renovate existing to include all requirements for mission essential support functions. Building will consist of offices, kitchen, gym, lockers, berthing and storage. Building information systems include energy monitoring control systems, cyber security systems, and related systems. Site preparation includes standard clearing and grubbing, cut and fill, grading, and boulder removal. Electrical services include primary and secondary service connections, transformer, automatic switchgear, site lighting, emergency power connections and new covered fuel storage that will store, filter, and circulate fuel. Construct water services to include potable water main connections and lines for use with distribution and fire suppression, a water storage tank is included to meet fire code requirements. System will include water treatment including chemical treatment with filtration to maintain potability. Replace and upgrade existing sewer services to include pumping and leach field. Existing system requires life cycle replacement and does not have suitable capacity to support building addition. Site improvements include paving of roads and parking area, sidewalks, concrete equipment pads, retaining structures, and landscaping. Demolition is for two buildings that are within the project boundary. Storm water management includes retention structures, drain boxes, piping, drainage basins, and outfalls as needed to meet existing code requirements. The facility will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. The contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All personnel working on this project must be U.S. citizens. Successful bidders will require Top Secret level of Facility Security Clearance (TS FCL). Details of the security requirements will be provided within the draft DD254 Construction Security Specifications for use during the sample/seed project proposal preparation. A final DD254 will be issued to the successful contractor upon award for the project. SUBMISSION DETAILS (CAPABILITIES STATEMENT): USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects similar to that described above for similar services. Similar projects include but are not limited to experiences in construction type contracts of similar nature as described above. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Responders should address ALL of the following elements in their submittal: 1. Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and Unique Entity ID (UEI). 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. Contractors must be registered in SAM at time of bid/proposal due date. Please see https://sam.gov/portal/SAM/ for additional registration information. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $45.0M, 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 prime contractor. 6. Provide evidence that your company has and maintains the ability to handle classified materials with an active Top Secret Facility Site Clearance. 7. Provide evidence that your firm has successful subcontractor relations in the Pennsylvania, Maryland and the National Capital Region. 8. Provide details of at least two (2) similar completed contracts to include at a minimum, project references, (including owner with phone number and email address), contract number, brief description of project, dollar value, what type of work and the percentage of work your firm provided on these contracts. 9. Provide detailed past experience on maintaining 24/7 mission critical projects during construction. The Government would also like Industry feedback on the following: 1. What evaluation factors would you recommend for Phase I and Phase II for the source selection criteria? Comments will be shared with the Government project team but otherwise will be held in strict confidence. Submission documents will be shared with the Government and the Project Design Team 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 are required to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in one (1) .pdf file, double sided pages will count as two (2) separate pages. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice No Later Than (NLT) 11:00AM Eastern Standard Time (EST) 5 October 2025. ALL responses under this Sources Sought Notice must be emailed to, Evonna Harley at evonna.m.harley@usace.army.mil and Nicole Brookes at nicole.c.brookes@usace.army.mil referencing the sources sought notice number W912DR26RA004-1 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: Evonna Harley at evonna.m.harley@usace.army.mil and Nicole Brookes at nicole.c.brookes@usace.army.mil via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/77ae4e079542453bbb3990fc241d3245/view)
- Place of Performance
- Address: Fairfield, PA, USA
- Country: USA
- Country: USA
- Record
- SN07579605-F 20250907/250905230040 (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 |