SOURCES SOUGHT
Y -- Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland
- Notice Date
- 1/8/2025 1:54:28 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
- W912DR25R13MF
- Response Due
- 1/29/2025 8:00:00 AM
- Archive Date
- 01/28/2025
- Point of Contact
- Amber Rose, Phone: 4109623987, Tamara Bonomolo, Phone: 4109620788
- E-Mail Address
-
amber.l.duty@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(amber.l.duty@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
- Description
- Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. Solicitation Number: W912DR25RA009 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 OTHER THAN SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. 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. NOTE: There will be a PLA Requirement for this project. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a Lowest Price Technically Acceptable (LPTA) process. The project will consist of a Design Bid Build (DBB) new construction of a 113,800 square foot slab on grade Test Maintenance Fabrication Facility (TMFF) at Aberdeen Proving Ground (APG). The TMFF includes secure areas (no SCIF), tool crib, material storage area with overhead cranes, administrative areas, conference area, technical publication reference area, restroom facilities, and employee break and locker rooms. Supporting facility elements include all pertinent utilities, employee parking area, fenced secure vehicle parking area, concrete hardstand, walks, curbs and gutters, storm drainage, storm water management, landscape plantings, fencing and signage as well as utilizing structural soil stabilization practices (i.e. soil cement technologies). Access for persons with disabilities will be provided in the administrative and common areas only. Heat and air conditioning will be self-contained systems. The project will also include the identification and relocation of an existing ductbank which traverses the proposed site, and the demolition and disposal of an existing 10,556 square foot building and associated above ground 2,000-gallon fuel storage tank. No HAZMAT concerns have been identified for the building to be demolished. Force protection measures include the use of standoff distances and security fencing. Design and construction will comply with, and include, where feasible, components for Sustainable Design & Development (SDD), Low Impact Development (LID), Renewable Energy, Net-Zero Water, and LEED. The facility 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. 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 DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project between $25M and $100M. 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. Prior Government contract work is not required for submitting a response to this Sources Sought Notice. Responders should address ALL the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and UEI 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 $45M, indicate your firm�s business classified (size): Large 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 the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars. 6.Indicate if your company is interested in performing as a prime or subcontract for the above project. 7.Provide three (3) example projects similar to the requirements described above completed within the past seven (7) years. 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. 8.Responders should have experience in the areas listed below and provide narratives identifying that specific experience: Capability Statements should include information and details of a minimum of three (3) projects with similar scope of work and magnitude of construction within the past seven (7) years. One (1) project must be 100% completed, while the remaining two (2) must be 75% completed. These projects must be of relevant scope and have either a minimum project size of 50,000 Building Gross Square Foot (BGSF) or demonstrate a minimum completion value of $50,000,000.00. Successful experience with LEED silver construction and Environmental Low Impact Development. Successful experience with Building Information Management (BIM) technology. Independent full-time, dedicated, self-performing (Prime contractor) safety staff. US Citizens (should include naturalized citizens/Legal citizen). Total submittal shall be no longer than fifteen (15) pages in one (1).pdf file 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 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 AM Eastern Standard Time (EST) 29 January 2025. All responses under this Sources Sought Notice must be emailed to amber.L.rose@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the Sources Sought Notice number W912DR25R13MF 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: Amber Rose via email; amber.L.rose@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/282c9665f8bf4a98be9f06c4f58e74bd/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07308766-F 20250110/250108230118 (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 |