ICC-B Follow On Requirement
Responses are due no later than 3:00 p.m. eastern standard time 15 March 2019. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS O... Responses are due no later than 3:00 p.m. eastern standard time 15 March 2019. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH BONDING CAPACITY OF $100M OR GREATER concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to courtney.l.greene@usace.army.mil no later than 3:00 p.m. eastern standard time 15 March 2019. Project Description: The Government contemplates a five year Single Award Task Order Contract (SATOC) in the amount of $49M. This SATOCC would be used to renovate and upgrade the Intelligence Community Campus - Bethesda (former National Geospatial Agency Campus for the Intelligence Community). The scope of this contract will encompasses a broad variety of major and minor repair, modification, rehabilitation, alterations. The contractor will be required deliver projects in design-build and design-bid-build for new construction projects. Contract may also include, but not be limited to: demolition; geo-technical investigation: general site infrastructure; interior fit-up; communications, security, and force protection (AT/FP) projects. It is anticipated that this will be an R.S. Means based SATOC. It is anticipated that task orders may be issued in amounts up to and exceeding $25M. 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 proposal preparation. A final DD254 will be issued to the successful contractor. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in task order construction type contracts of similar nature as described above. The Government would also like Industry feedback into the following: 1. The Government contemplates the first task order on this contract to be a "build to budget" project delivered using design build construction method. A statement of requirements will be included in the Statement of Work and would include minimal specifications with detailed performance based descriptions of these requirements. The method for addressing the design and construction of this project may be an evaluation factor with subjective ratings. How does Industry view this? 2. The Government is contemplating this to be an R.S. Means based contract. Does Industry have other ideas on the pricing mechanism? 3. Can your company provide evidence that it has and maintains the ability to handle classified materials with an active Top Secret Facility Site Clearance? Providing examples of projects with security clearance level and FCL with cognizant security office are encouraged. 4. Can you firm provide evidence of successful subcontractor relations in the area of the subject project? 5. Can you firm provide specific numbers of available employees with the ability to handle classified material to the Top Secret level? Employees can be from the prime, teaming arrangements, or known subcontractors. Please provide years of experience for each employee response. Please include the following information in your response: details of similar contracts, project references (including owner with phone number and email address), size of contracts and number of task orders issued. Additionally, provide information on your bonding capability - both single and aggregate. If you are a small business responding to this sources sought, please include your size standard, whether you have an active certification within the System for Award Management (SAM.gov) and Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information. Narratives shall be no longer than eight pages. Email responses are required and should be submitted to Ms. Courtney Greene via courtney.l.greene@usace.army.mil. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Comments may be in any format, but must include submitter's name, phone number, and email address. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY OF $100M+.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »