Search Contract Opportunities

DLA Disposition Services Site Improvements, Fort Meade, MD   3

ID: W912DR24B0013 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 29, 2024, 10:57 a.m. EDT

THIS SOLICITATION HAS BEEN POSTED

*************************************************************

SOLICITATION NO. W912DR24B0013

PROCUREMENT TYPE: Pre-Solicitation Notice

TITLE: Defense Logistics Agency (DLA) Disposition Services Site Improvements, Fort Meade, MD

This proposed procurement is Competitive 8(a); NAICS 236220 " Commercial and Institutional Building Construction" with a size standard of $45,000,000.00. The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB).

Project Description: This project includes significant site improvements proposed for the Defense Disposition Services, Defense Logistics Agency (DLA) facility, Fort Meade, MD that include civil engineering, architectural, structural, mechanical/HVAC, plumbing, fire protection/life safety, and electrical work.

Civil

The work includes the construction of retaining walls to expand the existing west storage driveway ramp for truck turning radius and the existing western parking lot to add roll-off docks, the addition of a pre-engineered storage shed and highway trailer scales, radiation monitors, the construction of covered loading docks at building 77, the installation of a buried oil/water tank separator, replacement of the entrance and exits gates, rehabilitation of existing pavements and construction of new pavements for truck staging, correct site drainage, and provide maintenance and redevelopment of stormwater management (SWM) facilities.

Architectural

The architecture work scope consists of demolition of exterior entrances, demolition of existing bathrooms and break rooms, new bathrooms and break rooms, new loading dock extensions, repairing and replacing damages on the exterior envelope, and new office/admin spaces.

Structural

The structural work in the project includes two loading docks on the south side of Building 77, rest room and administration offices on the interior of Building 77, site retaining walls, and a three-sided covered storage building. All structural components are designed as Risk Category II structures and in accordance with the applicable codes and UFC standards.

Mechanical/HVAC

Mechanical work will include reconfiguration of existing HVAC equipment and additional HVAC equipment to meet the needs of the new warehouse and admin area layouts in Bldg. 77. This will also include the provision of natural gas fired radiant heaters for the new loading docks on the south end of building 77 and the existing loading docks on the west end of the warehouse. The west warehouse will also have large 20 ft diameter circulation fans added for air movement and comfort. Renovations in Bldg. 78 will include new hot water radiators for the shower and restroom renovations as well as replacement in-kind of the existing packaged terminal air conditioning units. Exhaust fans to also be provided for new restroom. Automatic temperature controls will be provided for the new HVAC systems in the facility.

Plumbing

Plumbing work includes design of a complete sanitary drainage and vent system in accordance with the applicable codes and standards. Work to also include modifications to the domestic water system, hot water system and storm water systems in Bldg. 77 and Bldg. 78.

Fire Protection/Life Safety

Will include modification of the sprinkler system to include addition of a new 6-inch central cross main in the East Warehouse and additional modifications to be coordinated with new architectural layout. Fire alarm system in the West warehouse will be demolished and the existing East Bay fire alarm and mass notification systems will be extended to protect the West Warehouse Bay. All work will be required to comply with all applicable fire protection and life safety codes and standards and plumbing and electrical requirements outlined in the RFP and in accordance with applicable portions of the UFCs.

Electrical

Electrical work to include providing a new 480/277V, 3-phase, 4-wire 225A panelboard served from a 200A feeder originating in main distribution panel HAE will provide power to the new and relocated equipment. A 480:208/120V, delta-wye, 45 kVA, dry-type transformer powered from the new panelboard will provide 208/120V power to equipment in areas of renovation. The transformer will serve a 208/120V, 3-phase, 4-wire, 150 A MCB panelboard with 42 pole spaces. Provide new branch circuits with disconnects for HVAC equipment and plumbing equipment in areas of renovation. Relocate existing branch circuits and disconnects serving forklift charging stations and scrubber charging stations; and provide new disconnects for all relocated equipment. Arc flash labeling is also required by the 2017 NFPA 70 National Electrical Code. None currently installed. Existing Interior lighting shall be upgraded by replacing the fluorescent lighting fixtures with energy efficient LED fixtures. Batteries on the existing emergency lighting circuits will also be upgraded and the existing emergency lighting circuits retained for reuse. Exit signs shall be upgraded to LED, Ni-Cad battery backup exit signs and existing circuits serving the exit signs to be retained for reuse. The perimeter site lighting shall also be upgraded with LED lighting.

The anticipated period of performance is approximately 730 calendar days.

The magnitude of construction is between $10,000,000.00 and $25,000,000.00.

Additional information in accordance with the Scope of Work will be included in the Invitation for Bid (IFB) package.

This will be an invitation for bid process. An award will be made to the Offeror whose proposal is determined to be the lowest priced to the Government. It is anticipated that the solicitation be released on or about 08 July 2024 with proposals due on or about 08 August 2024.

The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the Procurement Integrated Enterprise Environment (PIEE) system. To familiarize vendors with the system, please go to https://piee.eb.mil. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format.

Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.

Posted: June 20, 2024, 7:51 a.m. EDT

Overview

Response Deadline
Aug. 8, 2024, 11:00 a.m. EDT Past Due
Posted
June 20, 2024, 7:51 a.m. EDT (updated: July 29, 2024, 10:57 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Fort George G Meade, MD 20755 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$10,000,000 - $25,000,000 (value based on agency estimated range)
Odds of Award
53%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/20/24 USACE Baltimore District issued Presolicitation W912DR24B0013 for DLA Disposition Services Site Improvements, Fort Meade, MD due 8/8/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2GZ.
Primary Contact
Name
Aisha Boykin   Profile
Phone
(410) 962-4978

Secondary Contact

Name
Gary Faykes   Profile
Phone
(410) 962-0192

Documents

Posted documents for Presolicitation W912DR24B0013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DR24B0013

Award Notifications

Agency published notification of awards for Presolicitation W912DR24B0013

Contract Awards

Prime contracts awarded through Presolicitation W912DR24B0013

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DR24B0013

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DR24B0013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DR24B0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
Oct. 1, 2024
Last Updated By
gary.faykes@usace.army.mil
Archive Date
Sept. 30, 2024