Search Contract Opportunities

UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) BARRACKS REPLACEMENT AT FORT MEADE, MARYLAND   3

ID: W912DR23R0008 • Type: Presolicitation
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 30, 2022, 10:00 a.m. EST

Official solicitation has been posted and can be found at the following link:

https://sam.gov/opp/1c35061764604d12a042263e466ad92a/view

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

SOLICITATION NO. W912DR23R0008

PROCUREMENT TYPE: Pre-Solicitation Notice

TITLE: UNACCOMPANIED ENLISTED PERSONNEL HOUSING ( UEPH) BARRACKS REPLACEMENT AT FORT MEADE, MARYLAND

Classification Code: Y Construction of structures and facilities

This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 "Commercial and Institutional Building Construction" with a size standard of $39,500,000.00.

The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Barracks Replacement at Fort Meade, 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 one-step Best Value Lowest Price Technically Acceptable Process.

The scope includes the construction of two (190 PN) standard-design, multi-story, Barracks. Barracks include living/sleeping rooms, semi-private baths, walk-in closets, storage, and service areas. Project includes installation of an Intrusion Detection System (IDS), and connection to Energy Monitoring and Control Systems (EMCS). Heating and air conditioning will be provided by self-contained systems. Antiterrorism Measures and Building information systems for this project are unique in nature and not included in the unit cost of the buildings. Supporting facilities include utilities, electric service, exterior lighting, fire protection and alarm systems, paving, walks, curbs and gutters, parking, sedimentation and erosion control, storm drainage, storm water management, picnic area and bicycle racks, dumpster pads and enclosures, information systems, and site improvements. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities 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. Air Conditioning (Estimated 250 Tons).

The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 675 calendar days from Notice to Proceed.
Additional information in accordance with the Statement of Work will be included in the Request for Proposal (RFP) package.

This will be a single-phase Design-Bid-Build contract utilizing the Lowest Price Technically Acceptable (LPTA) process. An award will be made to the Offeror whose proposal is determined technically acceptable and the lowest price to the Government considering the evaluation factors. It is anticipated that the Request for Proposal (RFP) will be released on or about 30 November 2022 with proposals due on or about 27 January 2023.

The RFP will be provided in an electronic format, free of charge, to all authenticated account holders of the beta.SAM.gov system. To familiarize vendors with the system, please go to https://www.SAM.gov. 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: Nov. 10, 2022, 8:10 a.m. EST

Overview

Response Deadline
Dec. 30, 2022, 9:00 p.m. EST (original: Nov. 30, 2022, 9:00 p.m. EST) Past Due
Posted
Nov. 10, 2022, 8:10 a.m. EST (updated: Nov. 30, 2022, 10:00 a.m. EST)
Set Aside
None
Place of Performance
Fort George G Meade, MD 20755 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Odds of Award
53%
On 11/10/22 USACE Baltimore District issued Presolicitation W912DR23R0008 for UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) BARRACKS REPLACEMENT AT FORT MEADE, MARYLAND due 12/30/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1FC.
Primary Contact
Name
Michael J. Getz   Profile
Phone
(410) 962-3455

Secondary Contact

Name
Tamara Bonomolo   Profile
Phone
(410) 962-0788

Documents

Posted documents for Presolicitation W912DR23R0008

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DR23R0008

Award Notifications

Agency published notification of awards for Presolicitation W912DR23R0008

Contract Awards

Prime contracts awarded through Presolicitation W912DR23R0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DR23R0008

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DR23R0008

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
Jan. 31, 2023
Last Updated By
michael.j.getz@usace.army.mil
Archive Date
Jan. 31, 2023