Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOURCES SOUGHT

Y -- Sources Sought for Construction of New Facilities, Fort Belvior, for BRAC 2005, All SB Categories (SB, SDVOB, 8(a), HUBZone)

Notice Date
4/1/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-09-S-0009
 
Response Due
4/13/2009
 
Archive Date
6/12/2009
 
Point of Contact
Carlen Capenos, 410-962-2587<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Responses are due no later than 3:00 p.m. eastern standard time Apr 13, 2008. 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 capability statements from Small Businesses, 8(a) certified contractors, Service Disabled Veteran Owned Businesses (SDVOB) and HUBZone contractors, with single project bonding capacities of at least $30M, concerning the potential projects described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The North American Industry Classification System Code (NAICS) is 236220, Commercial and Institutional Building Construction and the Small Business Standard is $33.5 million. All interested parties are invited to submit capabilities statement to include three (3) projects completed within the last five (5) years that are relevant (both size and scope) to the work that will be required under this project. Please be sure to provide a point of contact for each project listed. MARKET RESEARCH IS BEING CONDUCTED to determine if there are small businesses with the capabilities and experience to perform the required work. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. Joint Venture with other large firm(s) to execute this project shall not be qualified under small business, 8(a) certified (unless SBA approved JV), Service Disabled Veteran Owned Businesses (SDVOB) and HUBZone set-asides. Responses are to be sent via email to carlen.capenos@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 8700-FF, Baltimore MD 21201-1715 no later than 3:00 p.m. eastern standard time by the date above. Email is the preferred method. Project Description: In support BRAC 2005, the U.S. Army Corps of Engineers, Baltimore District anticipates a magnitude of construction between $25M and $100M in construction of two facilities - North Atlantic Regional Commander Center (NARMC) Headquarters and Dental Clinic at Fort Belvoir, Virginia. NARMC Headquarters project indicates a need for approximately 50,000GSF of office and work space for 231 staffs and approximately 15,000GSF for the Dental clinic project. This is a Design-Bid-Build project. All plans and specs will be provided in the solicitation package. Construction contractor is required to construct the NARMC Headquarters and Dental Clinic facility in accordance with specifications and requirements. The project consists of primary facilities, which include the administrative building, dental facility, standby generator (for NARMC only), Intrusion Detection System (IDS), connection to Utilities Monitoring & Control System (UMCS), commission and building information systems; and supporting facilities which will include but are not limited to site work, utilities, information systems, parking and etc. The project will be designed to meet Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features, the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards, EvidenceBased Design (EBD) and latest Installation Design Guide. Design: Final RTA original document will be completed and ready for advertise on late fiscal year 2009 with potential anticipated award in fiscal year 2010. Construction: Contractor MUST complete both facilities within 16 months of performance period in order to meet the mandated BRAC05 of September 2011- Beneficial Occupancy Date (BOD). Site Constraints: The site is limited with lay down and tree saving areas. Currently, the contractors trailers and USACE-NAO IPOs trailers are located right on the project site. The contractors trailers will not be relocated at least until late Apr 2010 and at least until late April 2011 for USACE-NAO IPOs trailers in order to avoid impacts on the hospital project, which is currently under construction. This means a complex phasing is required in order to start mobilizing and partial site work immediately after receipt of a Notice to Proceed. The construction of both facilities will no be started until the contractors trailers are relocated in late Apr 2009, and parking can not be started until USACE-NAO IPO trailers are relocated on late Apr 2011 and complete no later than 15 Sep 2011. Additionally, the contractor must also carefully coordinate with the contractor of the hospital project to share the access road without impacting the cost and schedule. This is a high visible project. It is mandated by Congress that the project SHALL BE completed by Mid September 2011 BOD. That means all construction activities in association with this project shall be completed by no later than end of May 2011, except for the parking to be completed by Mid September 2011. Interested small businesses, 8(a) certified firms, SDVOBs and HUBZone certified firms with single project bonding capacities of at least $30M should submit a narrative demonstrating the following: experience, past performance and proof of ability to bond a single project of at least $30M with similar projects to those described. Projects should be completed or in progress within the last five years. These statements should include the following information: details of similar projects, dates of construction, project references (including owner at a minimum with phone number and email address), and project cost. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submissions may be in a format as chosen by each offeror, but must include the offerors name, phone number, and email address. Emailed responses are preferred. Submissions less than ten pages are preferred. Please identify small business categories. Questions should be emailed to: Carlen.capenos@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b2b2ea000b6463e23e477f3d47e7b7a2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
Zip Code: 21203<br />
 
Record
SN01782842-W 20090403/090401220157-b2b2ea000b6463e23e477f3d47e7b7a2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.