Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

99 -- MARFORCYBER � B8605 RENOVATION DB PROJECT, FORT MEADE, MD

Notice Date
4/22/2021 2:15:06 PM
 
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
PANNAD-21-P-0000-004076
 
Response Due
5/7/2021 12:00:00 PM
 
Archive Date
05/22/2021
 
Point of Contact
Punatoto Taamu, Patricia Morrow
 
E-Mail Address
Punatoto.V.Taamu@usace.army.mil, patricia.l.morrow@usace.army.mil
(Punatoto.V.Taamu@usace.army.mil, patricia.l.morrow@usace.army.mil)
 
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. ������������������������������������������������������������������������������������������������������������������������������������������� The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified PRIME CONSTRUCTION CONTRACTORS interested in performing work on the design-build project for renovation of Building 8605. 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 below. 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. PROJECT DESCRIPTION: This project will repair, sustain, and modernize an existing General Administrative Building 8605 that is in a failed or failing condition into a Sensitive Compartmented Information Facility (SCIF) for the Marine Corps Forces Cyberspace Command (MARFORCYER) located at Fort Meade, MD. The building was built in 1954 as a 38,490 square feet three story barracks with a hammerhead kitchen. The project repairs will increase the building to 40,535 square feet, by the addition of an elevator. The scope of work includes the following: Architecture: Repair by replacement to existing failed or failing architectural components. Replace all wall, floor and ceiling finishes. Replace all doors, door frames, windows, and hardware. Current building standards and life safety repairs consistent with a major repair project is required. Repair nonfunctional area with new stairs and elevator. Mechanical: Replace all fan coil units, associated dual temperature piping, condensate drain lines, thermostats and controls. An elevator addition is proposed as part of the repairs to serve floors 1-3 w/basement as the pit level. Electrical: Replace all electrical panels, circuit breakers, conduit, conductors, receptacles, switches and lights. Fire Alarm and sprinkler Systems: Replacement all sprinkler Systems, fire alarm system, Mass Notification Systems (MNS) and public address system. Security: Replace all security systems in accordance with ICD/ICS 705. Plumbing: Replace all plumbing fixtures, sinks, vanities, commodes, urinals, urinal screens, toilet partitions, toilet accessories, and associated sanitary lines, vent lines, water lines and valves. Roofing: Replace the failed flat roof with a sloped metal roof and gutter systems. Structural: Building structural systems will be evaluated for strength. Implementation of Progressive Collapse in the design was not needed since there is not significant risk in accordance to UFC 4-010-01 - Paragraph 3-7, DoD Minimum. HAZMAT: If any asbestos containing material (ACM) is found, shall be abated as an integral part of the repair project in accordance to DA Pam 420-11 Para 2-1b. Site Work: Site will be regrading to cause water to flow away from building, include storm water management features, repair by replacement sidewalls, entr�e stairways, firefighting apparatus access routing and landscaping. Exterior: Seal the exterior with a Burnt Red Brick system to reduce life cycle maintenance costs and meet the requirements of the Installation Design Guide. Demolition: The project will completely gut the existing building interior. ATFP: Incorporate minimum anti-terrorism force protection (ATFP) measures. Communications: Replace the telephone, data and Local Area Network (LAN) systems. ACQUISITION APPROACH: The proposed project will be a competitive, firm-fixed price, Design-Build (D-B) contract.� CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204 the magnitude of construction is between $25,000,000 and $100,000,000. RESPONSES TO THIS NOTICE: 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. � In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate 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 five years. Projects shall be no less than $20M. 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. � Responders should have experience in the areas listed below and provide narratives identifying that specific experience: Antiterrorism Force Protection (ATFP) Compliance; UFC Criteria; experience with existing building structural work; experience with Sensitive Compartmented Information Facility (SCIF) design & construction in accordance with ICD/ICS 705; experience with LEED certification of Silver or greater; and experience with Audio/Visual design. The Contractor shall show experience with design-build military construction. � The design firm and/or construction company shall be U.S. owned. All personal shall be U.S. citizens (no dual citizenship). � Does the Contractor have any constraints with a 1st quarter solicitation vs. a 4th quarter solicitation? � Total submittal shall be no longer than 10 pages in one (1).pdf file. Double sided pages will count as two (2) separate pages. Comments will be shared with the Government project team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 3:00PM Eastern Standard Time (EST) May 06, 2021. All responses under this Sources Sought Notice must be emailed to, MAJ Puna Taamu, Contract Specialist � Punatoto.V.Taamu@usace.army.mil referencing the sources sought notice number PANNAD-21-P-0000-004076 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: MAJ Taamu via email � Punatoto.V.Taamu@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/004bf21210524c0bb38eca812e2f9d30/view)
 
Place of Performance
Address: Fort George G Meade, MD, USA
Country: USA
 
Record
SN05981111-F 20210424/210422230119 (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  © 1994-2020, Loren Data Corp.