Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

Y -- Access Control Facility

Notice Date
5/14/2020 11:52:04 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20R0011
 
Response Due
5/29/2020 7:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Doris M Coleman Davis, Phone: 2406369633
 
E-Mail Address
doris.m.colemandavis@usace.army.mil
(doris.m.colemandavis@usace.army.mil)
 
Description
W912DR20R0011 Title: Access Control Facility (ACF) Visitor Center 1 (VC 1), Fort Meade, MD 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. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purpose. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. �USACE NAB is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement. The NAICS code for this acquisition is 236220 � Commercial and Institutional Building Construction with a size standard of $39,500,000.� The estimated magnitude of construction is between $10,000,000 and $25,000,000. PROJECT DESCRIPTION: �The Access Control Facility (ACF) Visitor Center 1 (VC1) project requires the design and construction of a new access control facility approximately 10,000 gross square feet which will be used for the receiving and processing of visitors and guests, per criteria established by the Unified Facilities Criteria (UFC).� The requirements for visitor controls includes:� a waiting area, service counter, break room, offices, and restrooms.� A complete and operational facility with heating, ventilation, and air conditioning (HVAC), electrical power, lighting, communications, security, plumbing, and fire protection systems coordinated with the architecture in support of the overall operation of the facility. �The facility shall be constructed for visitors entering the National Security Agency Campus on Ft. Meade, Maryland. This project will be executed through a design-build process. The supporting facilities include site preparation, infrastructure improvements, utility services, perimeter security measures, infrastructure for the telecommunication and the physical security system.� The site preparation will include standard clearing, grubbing, cut, fill, grading, storm water management systems, surface parking upgrades, wetlands/stream restoration, pedestrian pathways, and landscaping.� �The demolition of the existing ACF will also be a part of this project.� The new facility shall be required to comply with the DoD Anti-Terrorism/Force Protection (AT/FP) standards for a medium threat level, user-defined security requirements, as well as the security requirements contained in the ICD/ICS 705.� The facility shall also meet the requirements of the American Disabilities ACT (ADA).� There may be minimal asbestos, lead paint and bio-hazards remediation in the existing ACF building.� The design and construction of the facility shall be in compliance with the UFC 1-200-02 High Performance and Sustainable Building Requirements, with Change 4 as dated 01 October 2019.� This policy includes the requirements of the U.S. Green Building Council�s (USGB�s) Leadership in Energy and Environmental Design (LEED) BD&C program, version 4, Silver Level, as well as the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007The project shall be performed in phases to ensure adjacent facilities are in full operation during construction.� ACQUISITION APPROACH: �The proposed project will be a competitive, firm-fixed price, Design-Build (D-B) contract. SUBMISSION DETAILS (CAPABILITIES STATEMENT) �Interested parties are required to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in one (1) .pdf file, double sided pages will count as two (2) separate pages.� The deadline for responses to this request is no later than 10:00AM Eastern Standard Time (EST) on Friday May 29, 2020.� All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Doris Coleman Davis as Doris.m.colemandavis@usace.army.mil.� Please reference the Sources Sought Notice number W912DR20R0011 Prior Government contract work is not required for submitting a response to this sources sought. Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if it has been registered or does it plan to register. Contractors must be registered in SAM at time of bid/proposal due date. Please see https://sam.gov/portal/SAM/ for additional registration information. In consideration of NAICS code 236220, with a small business size standard of $39,500,000, indicated the firm�s size (large or small). If the firm is a small business, indicated which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested prime contractor. Provide at least three (3) example projects similar to the project description above completed by the interested prime contractor in the last ten years. Projects shall be no less than $15M. Include Contract Number and Point of Contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Respondents should have experience in the areas listed below and provide narratives identifying that specific experience: Antiterrorism Force Protection (ATFP) Compliance, UFC Criteria, Building construction experience within the Intelligence Community (IC), experience with Sensitive Compartmented Information Facility (SCIF) construction, experience with LEED certification of Silver or greater, experience with Uninterrupted Power Supply (UPS) backup capacity; electrical generator, experience with projects in excess of 5,000 SF of space that included constructing buildings containing infrastructure (mechanical, electrical, fire suppression and cooling systems in support of administrative buildings containing telecom systems), and America with Disabilities Act of 1990 for at least five (5) years and successfully completed a minimum of three (3) similar projects.� The Contractor shall show experience with design-build military construction within the Intelligence Community (IC).A narrative statement demonstrating the primary nature of your business, an overview of your firm�s capabilities of construction projects of similar nature to this requirement. Include specific information regarding the following criteria: Has the contractor done work for the Intelligence Community? Does the firm hold a facility site clearance?� How?� If so, does the clearance indicate any experience working for the Intelligence Community? Experience building an access control facility with Anti-Terrorism Force Protection (ATFP) requirements? �If so, list at least three (3) related projects (completed and/or ongoing contracts) where building is over 5,000 square feet and contract amount between $10M and $25M within the last 5 years.� Also, provide location for each project and the ATFP/Blast protection level for each project.� Experience with phasing projects to ensure adjacent facilities are kept in operation during construction?� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Does the Contractor have any constraints with a 1st quarter solicitation vs. a 4th quarter solicitation? Responses will be shared with the Government and the project design team, but otherwise will be held in strict confidence. �SUBMISSION INSTRUCTIONS �THIS NOTICE IS NOT A REQUEST FOR A PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than Friday May 29, 2020 at 10:00am Eastern Standard Time (EST). All responses under this sources sought notice must be emailed to the Contract Specialist, Ms. Doris M. Coleman Davis, at Doris.m.colemandavis@usace.army.mil referencing the sources sought notice number W91DR20R0011. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Ms. Doris M. Coleman Davis via email Doris.m.colemandavis@usace.army.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d25490205ba43809dd79fb4f83c6087/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN05658432-F 20200516/200514230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.