Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOURCES SOUGHT

Y -- LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT (LEAD) ACCESS CONTROL POINT, CHAMBERSBURG, PENNSYLVANIA

Notice Date
11/27/2023 5:44:16 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
W912DR24Z0YMY
 
Response Due
12/12/2023 8:00:00 AM
 
Archive Date
12/27/2023
 
Point of Contact
Qiana Bowman, Phone: 4109625613, Michael Getz, Phone: 4109623455
 
E-Mail Address
qiana.l.bowman@usace.army.mil, michael.j.getz@usace.army.mil
(qiana.l.bowman@usace.army.mil, michael.j.getz@usace.army.mil)
 
Description
TITLE: LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT (LEAD) ACCESS CONTROL POINT, CHAMBERSBURG, PENNSYLVANIA W912DR24Z0YMY 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 AND LARGE BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT (LEAD) ACCESS CONTROL POINT, 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 proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Lowest Price Technically Acceptable process. The estimated magnitude of construction is between $25,000,000.00 and $100,000,000.00.� The Government has a requirement for construction services for the construction of a missile maintenance facility and an access control point in Chambersburg, Pennsylvania. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) Business Size Standard of $45.0 Million. Scope of Work: Construct a guided missile maintenance facility and construct and Access Control Point. The missile maintenance facility will include missile test cells with blast protection, lightning protection system and complete internal and external grounding, extensive mechanical systems to regulate constant temperature and humidity levels, structural criteria for open storage of classified materials for the entire facility, hazardous material storage, paint booth, covered ammunition storage area, offices, break room, restrooms, parts storage areas, and operating bays. An interior bridge crane is required. Primary facilities include renovation of Building 5300, construction of an organizational storage building, battery shop with forklift charging stations, standard design Access Control Point/Facility (ACP) to include ACP pavements and barriers, ACP redundant power, special foundations, Intrusion Detection Systems (IDS) installation, Energy Monitoring and Control Systems (EMCS) connections, antiterrorism measures and building information systems. Supporting facilities include site development, utilities and off-site utility connections, fire protection and alarm systems, lighting, paving, parking, walks, curbs, and gutters, site clearing and grading, storm drainage, information systems, landscaping, and signage. Building information systems for this project are unique in nature and not included in the unit cost of the building. Heating and air conditioning will be provided by self-contained systems. The standard design ACP will include a Visitor Control Center, Combined Search Office/Gatehouse, Overwatch, Mail Processing Center with loading dock, inspection canopies, guard booths, roadways, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, Electronic Security System (ESS) installation, duress alarm, closed circuit television (CCTV), and Energy Monitoring Control Systems (EMCS) connection. 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 97 Tons). Timeline:� Construction duration estimated to be 730 calendar days. Narrative shall be no longer than 10 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. Interested firms must submit the following at a minimum: 1. Firm�s name, address, point of contact, phone number, and e-mail address, and capabilities. 2. Firm�s level of interest in competing on the solicitation when it is issued. 3. Firm�s Business Size � Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Prot�g� firms 4. Firm�s Bonding Capacity: Interested firms must meet the single project minimum bonding capacity of $85,000,000.00 to be considered as a potential source. The surety providing the bonding must be clearly identified and listed in the Department of Treasury's Listing of Approved Sureties which can be found at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm. If not currently bonded, a letter from a listed surety stating capacity for obtaining a sufficient bonding amount must be included. 5. Firm�s experience in successfully completed Design-Bid-Build projects of similar size and scope.� To demonstrate similar projects, at least two examples completed in the last seven (7) years should be provided to include: a)� Provide at least one (1) example of an access control point project or project containing components of an access control point, including paving, mail facilities, visitor centers, inspection canopies, and parking. b)� Provide at least one (1) example of a missile maintenance facility project, project containing a maintenance facility. �� 6. Please provide recommendations on Contract Period of Performance, or confirm that 730 calendar days is reasonable. 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 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 by 11:00 AM EST on 12 December 2023.. All responses under this Sources Sought Notice must be emailed to qiana.l.bowman@usace.army.mil and michael.j.getz@usace.army.mil referencing the sources sought notice number W912DR24Z0YMY. 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: Qiana Bowman via email � qiana.l.bowman@usace.army.mil and michael.j.getz@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/365ce61eb7a541faa77d2cca2a673f60/view)
 
Place of Performance
Address: Chambersburg, PA, USA
Country: USA
 
Record
SN06895166-F 20231129/231127230048 (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.