Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), 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.
PLANNED PROJECT/ACQUISITION:
Project Title: 20th CBRNE Command HQ
Magnitude of Construction Project: Between $25,000,000 and $100,000,000
Work Description: This project will provide two renovated facilities totaling approximately 186,000 SF that will provide accommodations for 335 personnel and will host foreign dignitaries and visitors. Special spaces will include Command Suites, the EOC (Emergency Operations Center), NOC (Network Operations Center), and Sensitive Compartmented Information Facility (SCIF), Tactical Equipment Maintenance Facilities (TEMF), executive conference areas, video teleconferencing rooms, and a Fallen Hero Memorial, computer training labs and data center. Proprietary equipment for the King Fisher Fire Alarm Transmitter and the METASAYS Johnson Controls, Inc. Facility Management System is required for the construction of the 20th CBRNE HQ Facilities. Project also includes Intrusion Detection Systems (IDS) installation, Energy Monitoring and Control Systems (EMCS) connections and Building Information Systems. Access for persons with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include all required utilities and connections, exterior and security lighting, storm drainage, paving, curbs, walks and gutters, parking, site improvements, landscaping, signage, and information systems.
Scheduled Advertise Date (subject to change): Late June 2015
SCOPE OF CAPABILITIES:
The USACE-Baltimore District is searching for contractors that are capable of performing the above project.
REQUESTED INFORMATION:
Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts:
1. Is your company currently registered with the System for Award Management (SAM) Database? If not, has it been registered or does it plan to register?
2. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5 Million, which of the following small business categories is your business classified under, if any? 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.
3. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.)
4. What is your company's aggregate bonding capability or bonding capacity for a single project?
5. Is your company interested in performing as a prime or subcontract for the above projects?
6. If your company is large, is it capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business?
Please include the Sources Sought Number, W912DR-15-S-0020, in the Subject Line of all responses.