Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2022 SAM #7689
SOURCES SOUGHT

Y -- Letterkenny Army Depot (LEAD) Shipping and Receiving Facility, Chambersburg, PA

Notice Date
12/14/2022 9:52:40 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
W912DR23R0SD9
 
Response Due
1/10/2023 8:00:00 AM
 
Archive Date
02/28/2023
 
Point of Contact
Amber Duty, Phone: 4109623987, Gary Faykes, Phone: 4109620192
 
E-Mail Address
amber.l.duty@usace.army.mil, gary.faykes@usace.army.mil
(amber.l.duty@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE for Letterkenny Army Depot (LEAD) Shipping and Receiving Facility, Chambersbutg, PA� NOTICE No. W912DR23R0SD9 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 capability statements from qualified industry partners. USACE, Baltimore District has been tasked to solicit and award a firm-fixed-price construction contract for the Letterkenny Army Depot (LEAD), Shipping and Receiving Facility, Chambersburg, PA.. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� The NAICS code for this acquisition is 236220 -Commercial and Institutional Building Construction, with a size standard of $39,500,000.00.� The magnitude of construction is between $25,000,000.00 and $100,000,000.00. By way of this Market Survey/Sources Sought Notice no. W912DR23R0SD9, USACE, Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder.� Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE, Baltimore District will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (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: Construct a consolidated Shipping and Receiving Warehouse for receipt of items and component materials being inducted into depot level repair shops for recapitalization or reset on Letterkenny Army Depot (LEAD), Chambersburg, PA. Project will include 50,000 SF Shipping and Receiving Facility, Overhead protection canopy, vehicle maintenance facility, waste storage tank, personnel parking, organizational vehicle parking, rail spur construction and typical secondary facilities (water, sewer, gas, electric, stormwater management, paving and sidewalks, site improvements, and information systems).� The contractor must also document and secure approval of LEED credits associated with construction activity.� Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. 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. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $39,5000,000.00, indicate which of the following small business categories your business is classified under: Unrestricted Business, 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. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from your surety for bonding capacity for a single project and aggregate for similar scope and magnitude of construction as stated above. 6.� Provide at least two (2) examples of projects similar to the requirements described above, completed within the past seven (7) years, and of comparable scope and cost. Include point of contact information for the examples provided as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: � � �a. Contractor must understand the Unified Facilties Criteria as it applies to the scope of this project. � � �b. Extensive P6 Scheduling capabilities.� � � �c. Extensive successful experience with Autodesk Revit and Civil 3d software and Building Information Management (BIM)� � � � � � � � � �technology. � � �d. Extensive successful experience with renovation construction. � � � e. Independent full-time, dedicated, self-performing (Prime Contractor) safety staff. � � � f. Contractor/subcontractors must be US Citizen or green card holder. � � � g. Satisfactory draft and final CPARS (at a minimum) 8. Total submittal shall be no longer than ten (10) pages iin one (1) pdf file. Double sided pages will count as two (2) separate pages. Comments will be shared with the Government and the project team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT AN RFP. 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 source 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 10 January�2023 by 11:00 AM Eastern Time (ET). All responses under this Sources Sought Notice must be emailed to Amber L. Duty at amber.L.duty@usace.army.mil and Gary Faykes at gary.faykes@usace.army.mil referencing the source sought notice no. W912DR23R0SD9.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a65e35b5108641dc8d111242ad3c0b1c/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06543958-F 20221216/221214230110 (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.