Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

Y -- 911th Vehicle Maintenance Shop at Fort Belvoir, VA

Notice Date
1/13/2021 8:55:14 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
W912DR21R0018
 
Response Due
1/28/2021 9:00:00 AM
 
Archive Date
03/01/2021
 
Point of Contact
Michael J. Getz, Phone: 4109623455, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
Michael.J.Getz@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(Michael.J.Getz@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
Title: 911th VEHICLE MAINTENANCE SHOP AT FORT BELVOIR, VA W912DR21R0018 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, requests letters of interest from qualified SMALL AND LARGE BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of 911th VEHICLE MAINTENANCE SHOP AT FORT BELVOIR, VA. 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. 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. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the 911th Vehicle Maintenance Shop at Fort Belvoir, VA. The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process. The project is to construct a standard-design medium Vehicle Maintenance Shop to include hazardous waste storage and oil storage buildings, vehicle parking lot, open and organizational equipment storage and heavy equipment parking with options for a vehicle storage building and Company Operations Facility. Construction will include special foundations and connection to Energy Monitoring Control Systems (EMCS), intrusion detection systems (IDS) installation, fire alarm and suppression and building information system. Supporting Facilities include electric services, water and gas distribution and wastewater collection lines, a water pump for fire suppression system, access road, pavements, curbs and gutters, storm drainage, site preparation, environmental studies and documentation, and information systems. Antiterrorism/force protection measures include laminated glass windows in reinforced frames, reinforced exterior doors, security lighting, barriers, and visual screening. Heating and air conditioning will be provided by stand-along systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and Energy measures will be provided. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related to interior design services are required. Demolish 1 Building (5,147 SF), 1 Modular Buildings (4,820 SF) and Air Conditioning (Estimated 150 Tons). The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 � �Commercial and Institutional Building Construction�, which has a small business size standard of $39,500,000.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. 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: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 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. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate your firms business classified (size): Large Business (LB), Small Business (SB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), 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 both expressed in dollars. 6. Indicate if your company is interested in performing as a prime or subcontract for the above project. 7. Provide three (3) examples of projects similar to requirements described above completed within the past five (5) years. Include point of contact information for the examples provided, 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. 8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: � � � � � a. Previous successful project work involving coordination and with National Capital Planning (NCPC). � � � � � b. Experience with obtaining, understanding and complying with Virginia Department of Environmental Quality (VA DEQ)� � � �permit requirements. � � � � � c. Contractor must understand the Unified Facilities Criteria � � � � � d. P6 Scheduling capabilities. � � � � � e. Successful experience with LEED silver construction and Environmental Low Impact Development. � � � � � f. Successful experience with AutoCAD, Civil 3D , Navisworks and Revit software and the use of Building Information � � � � Management (BIM) technology � � � � � g. Independent full-time, dedicated, self-performing (Prime contractor) safety staff. � � � � � h. US Citizens (should include naturalized citizens/Legal citizen) � � � � � i. Satisfactory draft and final CPARS (at a minimum). � � � � � j. DB Prime contractor experience of at least 5 projects over $15 Million. 9. 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, 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 PM Eastern Standard Time (EST) 28 January 2021. All responses under this Sources Sought Notice must be emailed to michael.j.getz@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the sources sought notice number W912DR21R0018. 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: Michael Getz via email � michael.j.getz@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2908d88e6f844347a6d3644618d47457/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN05891655-F 20210115/210113230108 (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  © 1994-2020, Loren Data Corp.