Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOURCES SOUGHT

Y -- Secure Admin/Ops Facility, Fort Belvoir, VA

Notice Date
10/23/2014
 
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-15-S-0003
 
Archive Date
11/18/2014
 
Point of Contact
Melissa Renee McMillan-Cox, Phone: 4436547235
 
E-Mail Address
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 12:00 p.m. eastern standard time 3 November 2014. 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 melissa.r.mcmillan-cox@usace.army.mil no later than 12:00 p.m. eastern standard time 3 November 2014. Project Description: The project will be a Firm-Fixed Price Design-Bid-Build contract for the construction of a Secure Administration/Operations Facility located on Fort Belvoir, Virginia. In accordance with DFAR 236.204 - Disclosure of the magnitudes of construction projects, the magnitude of this project is between $100,000,000 and $250,000,000. The NAICS code for this solicitation will be 236220 with a standard size of $36.5 M. The scope of this contract will include the new construction of a six floor structure with two levels underground. The structure will be attached to an existing building on two sides. The new construction is a total of 381,839 square feet. The construction will include a large earthwork component to account for the displaced earth excavation for the two levels of basement. There is a requirement for special foundations at the basement level that will support above ground facilities. This project will include mechanical, electrical, fire protection, redundant power, information systems, intrusion detection/access control, and a Roof Garden/Outdoor Plaza. The building will include 381,839 square feet of special compartment information facility (SCIF) construction. The Anti-terrorism/Force Protection (AT/AP) measures will include a progressive collapse requirement, window, entrance and curtain wall reinforcement, clear zones and standoffs. This work is on a controlled site and immediately adjacent to an existing occupied facility. It will connect to the existing facility, and the work must be accomplished without disruption to existing facility functions and operations. The facility will meet LEED Silver ratings and comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007. Low Impact Development will be included in the design and construction of this project as appropriate. The Contractor shall be required to perform all work in accordance with the access and security requirements of the facility. All personnel working on any project relating to this acquisition must be U.S. citizens. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in Design-Bid-Build $100M or greater construction projects of a similar nature as described above. Your response should include the following information: details of similar projects, dates of construction, project references (including owner with phone number and email address), and project cost. Additionally, provide information on your SINGLE bonding capability. Narratives shall be no longer than FIVE pages. Email responses are required and should be submitted to Renee McMillan-Cox via melissa.r.mcmillan-cox@usace.army.mil. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. 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 OR GREATER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0003/listing.html)
 
Place of Performance
Address: Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03557278-W 20141025/141023234748-d93772ada792c361119521de46889798 (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.