Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

99 -- Expand Fire Department Facility at Letterkenny Army Depot, Chambersburg, PA.

Notice Date
6/27/2023 11:28:58 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
W912DR23X0X0G
 
Response Due
7/12/2023 8:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Amber ROSE, Phone: 4109623987, Michael Getz, Phone: 4109623455
 
E-Mail Address
amber.l.duty@usace.army.mil, michael.j.getz@usace.army.mil
(amber.l.duty@usace.army.mil, michael.j.getz@usace.army.mil)
 
Description
TITLE: EXPAND FIRE DEPARTMENT FACILITY @ LETTERKENNY ARMY DEPOT in CHAMBERSBURG, PENNSYLVANIA SOLICITATION NO. W912DR23X0X0G THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. 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 SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential LETTERKENNY ARMY DEPOT FIRE STATION in CHAMBERSBURG, PENNSYLVANIA 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. 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 depend upon the capabilities of the responses to this notice. 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: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services to expand fire department facility at Letterkenny Army Depot in Chambersburg, Pennsylvania.� The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Lowest Price Technically Acceptable Process. Project consists of constructing a standard design two company headquarters Fire Station with additional structural apparatus bays. Primary facilities include fire station, redundant power, cyber security measures, sustainability/energy and antiterrorism measures. This facility will also include building information systems, fire protection and alarm systems and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage information systems landscaping and signage. Heating and air conditioning will be provided by a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.� comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 100 Tons). Project Assumptions:� The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction of the Government furnished plans and specifications. The Government does not anticipate awarding the project prior to March 2024 but not later than September 2024. The project has areas of overlapping limits of construction (limits of disturbance) with another USACE construction project. Coordination with the adjacent USACE construction contractor will be required for their site utility installations. Contract Deliverable:� Provide a completed project per the Government furnished plans and specifications. Submission Requirements and Timeline:� Provide a proposal within 30 calendar days of the solicitation. Construction duration will be approximately 540 calendar days. The successful offeror will be expected to hold their pricing for 180-calendar days after submitting. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFARS 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $25,000,000.00 and $100,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 � �Commercial and Institutional Building Construction�, which has a small business size standard of $45,000,000.� Responders should address ALL of the following in their submittal: Prior Government contract work is not required for submitting a response to this source sought notice. The following criteria must be considered to ensure the ability to perform the proposed work: Firm�s experience in successfully completed Design-Bid-Build projects of similar size and scope, and dollar value range of $25,000,000.00 to $35,000,000.00. Similar scope is defined as new construction of an emergency management facility or other civic facility with similar components and functions. Similar size considers both the square footage of the work area and dollar value of the project.� To demonstrate similar projects, provide at least three (3) projects completed in the last seven (7) years to include: Provide at least one (1) example of a project similar in size and scope where the project required a National Pollutant Discharge Elimination System (NPDES) permit and included both temporary Erosion and Sediment (E&S) Control permit compliance and final Storm Water Management (SWM) construction and documentation with final inspection and approval by the local regulators. Provide at least one (1) example of a project similar in size and scope where the project had overlapping or adjacent limits of construction (limits of disturbance) with another construction contractor and required periodic schedule and work access coordination between both contractors. Provide at least one (1) example of a project similar in size and scope where the project required Third Party Certification documentation and reporting for construction sustainability requirements by the contractor and submission of sustainability credits for approval by a Third Party Certification organization (e.g., U.S. Green Building Council). Provide at least one (1) example of a project similar in size and scope where a project with multiple building systems was required to be commissioned by an independent commissioning firm to include but not limited to building envelop, HVAC, electrical, plumbing, and automation systems. Provide at least one (1) example of a project similar in size and scope where a project specific quality management program was required and implemented successfully. Provided information should briefly and concisely describe the quality management program requirements and note any experience with the USACE �Three-Phase Control System Process� or �Special Inspections� as defined by the International Building Code (IBC) by a third party for quality management. Provide at least one (1) example of a project similar in size and scope where a project specific safety program was required and implemented successfully. Provided information should briefly and concisely describe the safety program requirements and note any experience with the USACE EM 385-1-1 � �Safety and Health Requirements Manual�. Provide at least one (1) example of a project similar in size and scope where scheduling software was required or used to manage and periodically update the construction schedule. Provided example should reference the specific scheduling software used and if the project was completed by the approved completion date. Note, one (1) project may be used as an example to address more than one of the above bullets as long as three (3) total projects are provided at minimum. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity. Responses must include the Offeror�s Name, Company address, CAGE Code, POC Phone number, POC email, and SAM information. Narratives shall be no longer than fifteen (15) pages.� Double sided pages will count as two (2) separate pages. Comments 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 PROPOSAL, QUOTE OR BID. 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 notice 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 NLT 11:00 A.M. EDT on 12 July 2023. All responses under this Sources Sought Notice must be emailed to amber.L.rose@usace.army.mil and michael.j.getz@usace.army.mil and referencing the sources sought notice number W912DR23X0X0G. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cc814e71f294ee2ab55492df3e7c524/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06730241-F 20230629/230627230050 (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.