SOURCES SOUGHT
38 -- Specialized Material Fabrication Building (TAB B)
- Notice Date
- 10/3/2019
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
- ZIP Code
- 21201
- Solicitation Number
- W912DR20B0001
- Point of Contact
- Nicole Brookes, Phone: 410-962-2935, Tamara Bonomolo, Phone: 4109620788
- E-Mail Address
-
nicole.c.brookes@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(nicole.c.brookes@usace.army.mil, tamara.c.bonomolo@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 AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. 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. 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. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified and interested parties from Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the potential maintenance dredging, various channel sections. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 236210 "Industrial Building Construction" with a size standard of $36,500,000.00. The magnitude of construction is between $5M and $10M. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: This project is for the Base Contract of a new construction of a 15,000 gsf stand-alone one-story Specialized Material Fabrication Building with laboratory and general purpose administrative space, with (1) Option for an Additional 252 square yards of Asphalt Paving. The new facility will enable specialized light industrial and materials fabrication activity in support of the U.S. Army Intelligence and Security Command (INSCOM) Technology Application Branch (TAB) Mission at Fort George G Meade, Maryland. The space requirement is based on twelve (12) staff positions, a maximum of ten (10) students, and the equipment (Personal Property) necessary to execute Mission. The structure of the building will be Type II-B Construction as dictated by The International Building Code (IBC), which is non-combustible, unprotected construction. The building will be constructed to replace the existing facility on base and better support the current Mission. The facility is a mixed-use occupancy. The administrative space, classified as business occupancy, will be located in the western portion of the building, while the fabrication lab, classified as industrial occupancy, will be located in the eastern portion of the building. Although interconnected, the different occupancies will be compartmentalized in accordance to the minimum fire separations per NFPA occupancy separations. The facility will be access controlled and incorporate security measures to allow certification and use of SIPR IT systems in required administrative spaces. This facility will be ABA Compliant. The facility will be sprinkled for fire protection. The facility will be designed to meet LEED-NC v4 Silver "Certifiable" Rating, the DOD Force Protection Standards, and all other applicable codes and standards. There are three buildings nearby, all with a shallow foundation indicating this site is probably suitable for building on a shallow foundation. The site is approximately 4.7 acres of flat land covered with small deciduous trees. Historically this was the site of a former fruit orchard. A wooden barracks was built on this plat sometime in the early twentieth century and subsequently demolished. Additionally, the location constitutes an historical site due to being the residence of former president General Dwight Eisenhower. A minimum of 50,000 square feet of land needs to be cleared and grubbed for building, clear space and parking lot. At least 1000 cubic yards of topsoil will need to be excavated, and potentially used to build protective berms contingent upon suitability. Most rainwater drains by in-place soil infiltration. Storm water runoff capacity is minimal. Construction of drainage structures is likely required. The slope runs from south to north, and there is a natural ditch that transports water over the top of Chamberlin St. to the west. The entire eastern perimeter is relative high ground due to the elevation of Annapolis Road Route 175 having a higher finished grade. Because of uncertainties in underground utilities an independent onsite investigation is needed. There are a series of man holes on the western side of the lot, apparently for a sewer running north-south. There are two transformer stations in the southeastern corner, possibly for the building located in the south or to power the perimeter fence region. There is a test well located near the intersection of Chamberlin St. and 4th Avenue, in the south west corner of the lot which will require protection and remain during and after construction. Per the Fort Meade Director of Public Works (DPW) the electrical company, BGE, would provide transformers and conditioned electrical power for the TAB building. Also, the contractor, American Water, will run a water line to the site, if one does not already exist. Both of which will require advance coordination. Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified with single bonding capacity to support this project should submit capability statements to include the following information: 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must be registered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Provide details of three (3) most recent projects of similar scope and magnitude directly performed by your company, beginning and end dates of projects, project references (including owner with phone number and email address), floating plant and final costs of completed projects. It should also contain and identify all expertise, types and number of equipment, and number of personnel. 4. A letter from your surety stating your maximum bonding capability for a single project and your aggregate bonding capability. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Narratives shall be no longer than 10 pages. Comments will be shared with the Government and the Project Delivery Team (PDT), but will be held otherwise in strict confidence. Email your responses to MSG Nicole Brookes at nicole.c.brookes@usace.army.mil and Ms. Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil no later than 1000 hours EST, 17 October 2019.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR20B0001/listing.html)
- Place of Performance
- Address: Fort George G Meade, Maryland, Fort Meade, Maryland, United States
- Record
- SN05467532-W 20191005/191003230856-cdf894d58f8a53dda35aab80d7f6c415 (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 |