SOURCES SOUGHT
Y -- Administrative Facility Interior Renovations II (AFIR II), Pennsylvania
- Notice Date
- 9/10/2025 12:46:53 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
- W912DR25RA0055
- Response Due
- 10/10/2025 12:00:00 PM
- Archive Date
- 10/27/2025
- Point of Contact
- KENNEDY LUTHER VILA, Phone: 4109620154
- E-Mail Address
-
kennedyluther.s.vila@usace.army.mil
(kennedyluther.s.vila@usace.army.mil)
- Description
- TITLE: Administrative Facility Interior Renovations II (AFIR II), Pennsylvania W912DR25RA0055 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 a construction project. The USACE 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 Notice 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. Furthermore, the USACE 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 Federal Acquisition Regulation (FAR) 15.201(e), responses to this Notice are not offers and cannot be accepted by the United States Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining this Notice. The Magnitude of Construction is between $25,000,000.00 and $100,000,000.00 The North American Classification System (NAICS) code for this procurement is 236220 - �Commercial and Institutional Building Construction� which has a small business size standard of $45,000,000.00. PROJECT DESCRIPTION: The objective of this project is for Design-Bid-Build (DBB) construction renovation to existing facilities to include all requirements for providing adequate functional space and support infrastructure that meet their mission essential support functions. Existing Administrative facilities to be demolished and rebuilt to accommodate mission functions and code compliancy. The space will be comprised of approximately 32 spaces and four (4) lavatories. The completely renovated facility must be designed to meet ICD/JCS 705 requirements. This renovation must bring the project space into compliance with the most current codes, standards, and mission essential requirements from spatial, infrastructure, safety and security aspects. The renovated facility will include operational spaces, installation of Access Control & Intrusion Detection Systems (ACIDS), connection to Supervisory Control and Data Acquisition (SCADA) and supporting infrastructure upgrades. Infrastructure upgrades include but are not limited to Hazardous Materials and/or regulated materials abatement, total demolition, architectural renovation, physical security, ICD/JCS 705 requirements at large, including walls and wall & floor sound and fire ratings, doors, ceilings, floors, structural upgrades, HVAC, plumbing, electrical, lighting, power distribution, voice and data cabling, fire detection, fire alarms, fire suppression, and Furniture, Fixtures & Equipment (FFE), including berthing bunks. This project must provide the mission partner with the required operational space that has high reliability with redundancy for power, mechanical systems, and communications in a 24 hour per day operational space. This project must provide for all required horizontal comms infrastructure, from the AFIR II spaces renovated as part of this work to the space identified as Room 320. The communications systems must consist of a complete system, including structured cabling plants to support IT networks, telephone, and CATV/CCTV horizontal cabling requirements. When the renovation is complete, the space will be transformed into a fully functioning, 11,500 square foot facility, designed to meet ICD/JCS 705 standards. 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 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 of similar nature as described above. Interested prime contractors should submit a narrative demonstrating their experience by submitting similar projects include but are not limited to experiences in construction type contracts. Prior Government contract work is not required for submitting a response to this source sought synopsis. Responders should address ALL of the following elements in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and Unique Entity ID (UEI) Indicate if your company is currently registered with the SAM.gov 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. In consideration of NAICS code 236220, with a small business size standard in dollars of $45M, 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 prime contractor. Provide evidence that your company has and maintains the ability to handle classified materials with an active Top Secret Facility Site Clearance. Provide evidence that your firm has successful subcontractor relations in the Pennsylvania, Maryland and the National Capital Region. 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. Provide detailed past experience on maintaining 24/7 mission critical projects during construction. The Government would also like Industry feedback on the following: 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 size 10 font 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) 2:00 PM Eastern Standard Time (EST) 10 October 2025. ALL responses under this Sources Sought Notice MUST be emailed to, Kennedy Vila at kennedyluther.s.vila@usace.army.mil and Nicole Brookes at nicole.c.brookes@usace.army.mil referencing the sources sought notice number W912DR25RA0055. 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: Kennedy Vila at kennedyluther.s.vila@usace.army.mil and Nicole Brookes at nicole.c.brookes@usace.army.mil via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/850dcff669c14abe965c9de495c60ab8/view)
- Record
- SN07586445-F 20250912/250910230054 (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 |