Special Operations Command (SOCOM) Maintenance/Supply Facility, Humphreys Engineer Center (HEC), Alexandria, Virginia
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... 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 BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the SOCOM MAINTENANCE/SUPPLY FACILITY, HEC, ALEXANDRIA, VIRGINIA. 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 SOCOM Maintenance and Supply Facility, HEC, Alexandria, Virginia. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB), Two (2) - Step Invitation for Bid (IFB) procured in accordance with FAR Part 14 Sealed Building. The project is to construct a Maintenance and Supply facility to support SOCOM, HEC, Alexandria, Virginia. The new facility will meet all Army standards, the Unified Facilities Criteria and DoD AT/FP regulations. The new 47,297 SF (4,394 SM) facility will house a multi-bay motor pool, a supply receiving and storage area, and contain areas for electronic equipment maintenance. New construction will consist of intermediate pile foundation, concrete floor slab, steel frame, insulated precast concrete walls with brick and masonry veneer and concrete faces, standing seam metal roof, and a raised access floor system. The supply support facility will contain warehouse and administrative logistics functions. The warehouse will provide both conditioned and unconditioned storage for pallets and other unit equipment. A pre-manufactured arms magazine and storage area will be within the warehouse. The administrative area will be designed to meet secured space requirements per ICD-705, and includes a conference room with a STC-55 rating for amplified sound and capacity not-to-exceed 50-persons. Support spaces will include kitchenette and toilet/shower facilities. Building systems include fire alarm/mass notification, fire suppression, utility management control, telephone, advance communication networks, cable television and infrastructure for and installation of complete electronic security systems (ESS) (i.e. intrusion detection, closed-circuit surveillance and electronic access control). Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer and information systems distribution), security fencing, covered vehicle parking, access drives, roads, curb and gutter, sidewalks, storm drainage and treatment structures, signage, landscaping and other site improvements. DoD principles for high performance and sustainable building requirements and ADA features will be included IAW Federal laws and applicable Executive Orders. The construction contract will also include separate packages for the procurement and installation of furniture, furnishings and industrial/manufacturing type equipment, IT/communications and for electronic surveillance systems (ESS). The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the 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(as), 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 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 $36,500,000. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona fide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: 1. Capability Statements should include information and details of two (2) to three (3) projects with similar scope of work to include a contract value of a minimum of $10 million within the last seven (7) years. 2. One (1) project must demonstrate successful experience building an accredited Sensitive Compartmentalized Information Facility (SCIF). 3. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity. 4. Responses must include the Offeror's Name, Company address, CAGE Code, POC Phone number, POC email, and SAM information. Narratives shall be no longer than ten (10) pages. Comments will be shared with the Government and the project delivery 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 no later than close of business on 22 April 2019. All responses under this sources sought notice must be emailed to tamara.c.bonomolo@usace.army.mil referencing the sources sought notice number W912DR-19-B-0010. 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: Tamara Bonomolo via email - tamara.c.bonomolo@usace.army.mil. ** Please note vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »