Inactive
Notice ID:W912DR19B0018
SOURCES SOUGHT Combat Capabilities Development Command (CCDC) Building 3072 Renovation, Aberdeen Proving Ground (APG), Aberdeen, Maryland DESCRIPTION: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT...
SOURCES SOUGHT Combat Capabilities Development Command (CCDC) Building 3072 Renovation, Aberdeen Proving Ground (APG), Aberdeen, Maryland DESCRIPTION: 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 CCDC BUILDING 3072 RENOVATION, APG, ABERDEEN, MARYLAND. 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 CCDC Building 3072 Renovation, APG, Aberdeen, MD. 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 renovate historic building 3072 to support CCDC, APG, Aberdeen, Maryland. The full renovation of 45,630 SF (4,239 SM) historic facility for continued use by a two star HQ command for continued administrative use. Work will consist of Hazardous Material abatement and demolition, demolition of non-load bearing interior walls, the reconfiguration of walls and ceilings, and ABA compliance. Work will include removal and replacement of building HVAC systems, plumbing systems, electrical systems, fire suppression and alarm/mass notification systems, 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). New interior spaces will be created which include offices, open office areas, conference rooms, break rooms, restrooms, secured space requirements per ICD-705, utility support spaces and new interior stair towers. New interior finishes will be provided throughout the building. Replace basement windows, repair all other building windows. Exterior site-work and utilities include repairing drainage problems to eliminate ponding along the foundation of the building, a new underground fire water main and post indicator valve, electrical, water, gas, sanitary sewer and information systems distribution, utility screening. 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(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 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 bonafide 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 12 noon, 29 May 2019. All responses under this sources sought notice must be emailed to andre.thornton@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR19B0018. 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: Andre Thornton via email - andre.thornton@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.