EAST CAMPUS LOT 12 PARK CONSTRUCTION SERVICES

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159305596116455
Posted Date: Aug 6, 2023
Due Date: Aug 18, 2023
Solicitation No: PANNAD-23-P-0000-005878
Source: Members Only
Follow
EAST CAMPUS LOT 12 PARK CONSTRUCTION SERVICES
Active
Contract Opportunity
Notice ID
PANNAD-23-P-0000-005878
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 06, 2023 05:33 pm EDT
  • Original Response Date: Aug 18, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort George G Meade , MD
    USA
Description

Title: EAST CAMPUS LOT 12 CONSTRUCTION SERVICES, FORT GEORGE G. MEADE, MD – Pre-Solicitiaton No: PANNAD-23-P-0000-005878





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 Erica Eaton at erica.a.eaton@usace.army.mil no later than 11:00 a.m. EST 18 August 2023.





This project will be for the construction of the East Campus Lot 12 Park 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 $5,000,000. 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:





Lot 12 is located at Fort Meade, Maryland within the East Campus Program. The Lot 12 site is approximately 2.25 acres and is located on the East Campus of NSAW. This project includes design and construction of an outdoor park destination comprised of a variety of passive and active landscape elements. Lot 12 will serve as a cornerstone for the National Security Agency Washington (NSAW) East Campus, creating opportunities to support workforce wellness, increase collaboration, and enhance workforce engagement. Amenities provided by the park will include an overhead canopy structure, space for food trucks and farmers market stalls, event lawn, seating and gathering, recreation, physical fitness, storage space, restrooms.





The Lot 12 supporting facilities include site preparation for infrastructure features such as general site circulation, storm water management, lighting and landscaping features that are integrated within the existing East Campus. Improvements will include new or expansion of existing utility services and distribution systems. Site preparation work will include standard clearing/grubbing, cut/fill and grading, and erosion and sediment control measures.





Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience with construction projects within $3M to $10M of similar nature as described under the Project Description.





Further, please include in your response, the following questions (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 an outdoor park destination). 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, etc.) and delivery method (e.g., Guaranteed Maximum Price (GMP, Design-Bid-Build, Design-Build, etc.). Responses should address the firm’s capability to construct a project of this type within a secure environment.



4. Based upon the scope of this project, identify if interested firms would form a joint venture to execute this work. Provide joint venture information, if applicable, including DUNS number and CAGE code.



5. Identify whether the firm is small business, woman, minority or veteran’s owned.



6. Provide the 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. This project is required to be constructed within a secured environment and will required US citizens only for all work. Identify whether these requirements impact the cost of the project and if so, is there a specific percentage increase that is used?



8. Please identify an expected timeframe for the period of performance of a project of this nature.





Narratives shall be no longer than fifteen (15) pages. Email responses are required and should be submitted to Erica Eaton via email at erica.a.eaton@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 18 August 2023. 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.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 06, 2023 05:33 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >