SOURCES SOUGHT
Z -- Single Award Task Order Construction Contract
- Notice Date
- 12/5/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-S-0002
- Response Due
- 12/15/2011
- Archive Date
- 2/13/2012
- Point of Contact
- Carlen Capenos, 410-854-0739
- E-Mail Address
-
USACE District, Baltimore
(carlen.capenos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 3:00 p.m. eastern standard time December 15, 2011. 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 $300M 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 carlen.capenos@usace.army.mil no later than 3:00 p.m. eastern standard time December 15, 2011. Project Description: The Government contemplates a five year Single Award Task Order Construction Contract (SATOCC) in the amount of $499M. This SATOCC would be used to renovate and upgrade the 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, design-build, design-bid-build and new construction projects. It may also include, but not be limited to: demolition; geo-technical investigation: infrastructure; interior fit-up; communications, security, and force protection (AT/FP) projects. It is anticipated that this will be an R.S. Means based SATOCC. It is anticipated that task orders may be issued in amounts up to and exceeding $150M. 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. 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" like project to design and build a Centrum to connect the existing buildings. The Scope of Work would be very minimal with performance based descriptions of the requirements. The style of the architectural vision is described as "high tech and contemporary." This may be an evaluation factor with subjective ratings. How does Industry view this? 2.Would Industry prefer a single phase or a two phase in this procurement knowing that the first task order is likely to be the Centrum project described above. 3.The Government is contemplating this to be an R.S. Means based contract. Does Industry have other ideas on the pricing mechanism? 4.Does your company possess a Top Secret Facility Site Clearance? 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. Narratives shall be no longer than eight pages. Email responses are required and should be submitted to Carlen Capenos via carlen.capenos@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 $350M+.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0002/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02633101-W 20111207/111205233843-d08f31c84fef6122b48f33d14f0221c4 (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 |