Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
MODIFICATION

Y -- Building 8607 Renovation- Ft Meade

Notice Date
4/22/2016
 
Notice Type
Modification/Amendment
 
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-16-S-0007
 
Point of Contact
Robert Jackson, Phone: 4109623464
 
E-Mail Address
robert.n.jackson@usace.army.mil
(robert.n.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCE SOUGHT SYNOPSIS Building 8607 Renovation Ft. Meade, MD This is a SOURCES SOUGHT NOTICE which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be considered in determining whether to set-aside this requirement for small business concerns. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. This will be a firm-fixed price construction contract. The construction magnitude is between $10,000,000.00 & $25,000,000.00. The construction duration will be approximately 180 calendar days. The anticipated North Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) with a Business Size Standard of $36.5 Million. The U.S. Corps of Engineers - Baltimore District is seeking sources for a construction project entitled, Building 8607 Renovation.This will be a Design Build project. The solicitation will be for a firm-fixed price construction contract and it will be advertised as Invitation for Bid (IFB). The construction will be executed by U.S. Citizens, with a valid Top Secret Clearance and with proven SCIF construction experience. The work includes design and construction of an existing barracks building which is approximately 35,000 square feet that will be converted into administrative space for a designated end user. The design and construction includes demolition of all existing engineering systems. In addition, demolition of existing architectural systems include but not limited to the roof, exterior doors, and windows are included in the scope. This project also includes design and construction of completely new engineering systems to include site work, HVAC, plumbing, fire protection, electrical, communication and structural ATFP and progressive collapse. The new architectural systems include new main entrance, egress stairways, elevator, exterior brick veneer, standing seam metal roof, ATFP windows and doors, and new interior space layout. Interior space includes specific requirements for the designated end user, conference rooms, break rooms, private offices, open office for workstations, and engineering support spaces to accommodate approximately 250 personnel. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Certified 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Be advised that this requirement may be canceled or revised at any time during solicitation, selection, evaluation, negotiation, and award. In addition, no projects are yet authorized and no funds are presently available for this requirement. To be eligible for contract award, a firm must be registered in the Government's System for Award Management (SAM) website: https://www.sam.gov/portal/SAM/#1 Narratives shall be no longer than ten pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Offerors' name, POC phone number, SAM information and email address. Place of Performance: Fort Meade, MD GOVERNMENT SUPPLIED MATERIALS: The Government will supply the constructions plans and specifications. PROJECT ASSUMPTIONS: Contractor is required to supply all costs, materials and transportation to complete the construction of the Government furnished plans and specifications. CONTRACT DELIVERABLE: The Contractor shall provide a completed project per the constructions plans and specifications. SUBMISSIONS: Must submit the following at a minimum: 1. Company name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB). 3. Indicate the primary nature of your business.. 4. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 5. Email responses are required. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 P.M. EST on 03 May 2016. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information. Email your response to Robert Jackson, robert.n.jackson@usace.army.mil Contracting Office Address: USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203 Place of Performance: Fort Meade, MD Point of Contact(s): Robert Jackson 410-962-3464 Email: robert.n.jackson@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-S-0007/listing.html)
 
Place of Performance
Address: Ft. Meade, Maryland, United States
 
Record
SN04092998-W 20160424/160422234345-779dc1b0ba550bfcc764cfaa15d4acf7 (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.