The RFP Database
New business relationships start here

EAST CAMPUS BUILDING 4 (ECB4), FORT GEORGE G. MEADE, MARYLAND


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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, Baltimore District, East Campus Integrated Program Office (ECIPO) requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS concerning the potential project described below. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.


Responses are to be sent via email to Sierra Marshall at sierra.s.marshall@usace.army.mil no later than 11:00 a.m. EST 30 October 2019.


This project will be a Firm-Fixed-Price (FFP) Design-Build (DB) contract for the construction of the East Campus Building 4 (ECB4) located at Fort Meade, Maryland. In accordance with DFARS 236.204 - Disclosure of the magnitudes of construction projects, the magnitude of this project is over $500,000,000. The North American Industry Classification System code (NAICS) for this acquisition is 236220 - Commercial and Institutional Building Construction with a size standard of $36,500,000.00.


Project Description:


Construct a new State-of-the-Art operations facility at approximately 864,000 gross square feet (GSF) in size including supporting facilities with associated site work and environmental measures. The facility will be built on Fort George G. Meade, Maryland. The primary facility will be comprised of a multi-story structure with full basement. The facility includes open office areas, operations areas, collaboration spaces, food market, fitness center and remote learning/unclassified VTC areas. The mission support areas provide joint staff offices, executive offices, machine rooms, storage, and meeting rooms.


The project consists of core and shell structure and foundation; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. The primary facility is not a standard design. The majority of the structure will be built to Sensitive Compartmented Information Facility (SCIF) standards. Project includes redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design.


Site infrastructure will include primary electrical service to the site, water, sewer, and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards and roads. Perimeter security reconstruction and extension is required with road improvements.


The project also includes a multi-level modular parking structure to support approximately 3,240 parking spaces with future expansion capability, pedestrian bridges connecting the adjoining East Campus User buildings and the parking structure and preparations for future bridge connection to potential future adjoining buildings.


Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience in Design-Build over $300M construction projects of similar nature as described under the Project Description.


Further, please include your response to the following items (in the exact order):


(1) Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code.

(2) Firm's interest in providing a proposal on the pending solicitation once issued.

(3) Experience: Evidence of capabilities to perform work comparable to that required for this project (e.g. management of construction of a large intelligence agency complex with strict security standards). Provide three recent relevant/comparable projects (no more than ten years old). Include the project name; dollar value of the project; description of the key/salient features of the project; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets (FPIS), and delivery method (e.g., Guaranteed Maximum Price (GMP, Design-Bid-Build, Design-Build, Early Contractor Involvement (ECI), Construction Manager as Constructor (CMc, etc.). In the discussion of acquisition method, identify the advantages/disadvantages (from the contractor's and the owner's perspective) of the contract type/acquisition approach used for the representative project. Address if the project included follow-on Operations & Maintenance (O&M) of the constructed facility. Responses should address the firm's capability to construct a secure national intelligence production facility and the associated challenges related to personnel security clearances and construction of such a facility. 

(4) Identify if, based upon the scope of this project, interested firms would form a joint venture to execute this work. Provide Joint Venture information, if applicable including DUNS number and CAGE code.

(5) Address the firm's plan to include small business participation to the maximum extent practicable. 

(6) Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company. Include any concerns associated with providing performance and payment bond for the projected contract value identified.

(7) The Government is considering a stipend for unsuccessful offerors in Phase II. Would a stipend be of interest to offerors who make it to Phase II but are not selected, due to significant cost of the design development during the Phase II proposal submission? What do you believe would be an acceptable amount?

(8) The Government is considering alternative procurement methods (different from the normal firm fixed price), provide your opinions (advantages/disadvantages) on award fee based construction contracts and incentive fee based construction contracts. What types of items should the award fee or incentive fee be based on?


Narratives shall be no longer than twenty-five (25) pages. Email responses are required and should be submitted to Sierra Marshall via email at sierra.s.marshall@usace.army.mil. Comments must be in the exact format as indicated above, and must include submitter's name, phone number, and email address. Responses are due no later than 11:00 a.m. (EST) on 30 October 2019. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts

Comments will be shared with the Government, Customer and the Project Delivery Team, but otherwise will be held in strict confidence.


PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM POTENTIAL PRIME CONTRACTORS.


Sierra S. Marshall, Contract Specialist, Phone 443-749-2036, Email sierra.s.marshall@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP