Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2014 FBO #4548
SOURCES SOUGHT

Y -- Renovation of Bldg 4554, Fort Meade, Maryland

Notice Date
5/6/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-14-S-0024
 
Archive Date
8/29/2014
 
Point of Contact
Christina Sale, Phone: 410-962-3526
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in FY13 SRM PN68169, Renovation of Building 4554, located at Fort George G. Meade. The small business contractor will have to perform 20 percent of the work including the administration of the project. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Renovate/Repair Building 4554 located at Fort George G. Meade, MD 20755 (FY13 MCA PN68169), estimated value to be between $10 and $25 million. Sources interested in this announcement should demonstrate knowledge and experience with design-bid-build repair and renovation of existing facilities. The project consists of approximately 115,000 SF of renovation space damaged by fire and environmental elements. The facility is a three (3) story structure with a basement. The repair and renovation of the facility shall be purposed for general administrative space and includes interior demolition and remediation of mold and hazardous waste for the entire footprint of the facility. Other project features include replacement of all doors, windows, and wood framing; new roof; progressive collapse features; minimal site development; facility environmental stabilization measures (interim ventilation system); interim lighting; antiterrorism force protection; compliance with the installation design guide; Energy Policy Act of 2005 (EPAct05); and at minimum LEED requirements to achieve Silver rating. All contractor employees working at the project site on Ft. Meade must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Ft. Meade. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small business pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB), Qualified Small Businesses - Please submit the following information: 1. Company name, address, phone number and email address of the point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's System for Award Management (SAM) 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 (HUBZones), 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 www.sam.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location, including LEED Silver certification or better. 4. Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above within the past six (6) years. Projects must be a minimum of 75,000 SF. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding your maximum bonding capability for a single contract action and aggregate bonding capability of the interested small business prime contractor. 6. Total submittal shall be no longer than ten (10) pages in one (1).pdf file. Double sided pages will count as two (2) separate pages. 7. Email responses are required. This sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Responses are to be sent via email to christina.sale@usace.army.mil no later than 1:00 pm EDT, 20 May 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0024/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN03358422-W 20140508/140506234914-5b0492a8d80de27e17e1ca166198d409 (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.