Search Contract Opportunities

USDA-ARS Beltsville Agricultural Research Center (BARC) Building 002 Renovation   5

ID: W912DR21R0024 • Type: Sources Sought
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
Draft a sources sought response template for 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

Title: USDA-ARS Beltsville Agricultural Research Center (BARC) Building 002 Renovation

W912DR21R0024

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 (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of USDA-ARS Beltsville Agricultural Research Center (BARC) Building 002 Renovation.

By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.

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.

PROJECT DESCRIPTION:

The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the USDA-ARS Beltsville Agricultural Research Center (BARC) Building 002 Renovation. The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process.

The scope includes the gut interior and replace demolished features for desired function. Load bearing columns and exterior walls to remain. Interior walls can be demolished or moved as required per floorplan design. Replace/upgrade all utilities (telecom, data, mechanical, electrical, plumbing, fire protection, etc.). All buildings shall receive 480-volt electrical service and transformers as necessary. All utilities shall be replaced from building exterior back to main service connection. Building envelope and drainage features to ensure all exterior walls are weathertight and watertight . Exterior building drainage systems and roofs shall be replaced as part of building renovation. DB contractor shall perform all landscaping work. BARC will remove any furniture and equipment that they want to salvage; Remaining existing furniture, equipment and trash will be removed by the DB Contractor. No survey or inventory will be provided, nor will it be required. Mitigate hazardous materials (asbestos, mold, etc.) as necessary, utilizing hazmat surveys completed by USACE Baltimore. Replace laboratory equipment, fume hoods, and casework. Elevators at each building shall be installed per floorplan design and meet building code requirements. Exterior work to be covered includes roof replacement or repair, removal of fire escapes, window replacements, replacement of exterior building features, building lighting, sidewalks, ramps, and parking spaces needed for ADA compliance. Interior staircases shall be installed per design, to meet code. Building 002 has a connecting vestibule to Building 003. This is included in the project and is requires the install of windows, flooring and paint, etc. The attics shall be completely weather tight and environmental contaminants shall be mitigated as necessary. New work shall be completed in a manner to preserve historical appearance and significance of existing structures.

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.

In accordance with DFAR 236.204 Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction , which has a small business size standard of $39,500,000.

Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration.

Prior Government contract work is not required for submitting a response to this sources sought notice.

Responders should address ALL of the following in their submittal:

  1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.
  2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.
  3. In consideration of NAICS code 236220, with a small business size standard in dollars of $39.5M, indicate your firms business classified (size): Large Business (LB), Small Business (SB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone Small Business, or 8(a) Business.
  4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).
  5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars.
  6. Indicate if your company is interested in performing as a prime or subcontract for the above project.
  7. Provide three (3) examples of projects similar to requirements described above completed within the past five (5) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.
  8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience:

a. Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work and magnitude of construction within the past six (6) years. These projects must be of relevant scope and complexity and have either a minimum project size of 10,000 Building Gross Square Foot (BGSF) or demonstrate a minimum completion value of $15,000,000.00.

b. At least one project must demonstrate experience with renovation to a research facility to include:

    1. Building renovations
    2. Laboratory modernization
    3. Mechanical/HVAC systems
    4. Fire alarm systems
    5. Elevator installation
    6. Complete renovation/restoration of building systems
    7. Administrative offices, training/conference rooms
    8. Restoration of masonry building envelopes, exteriors or roofing repair.
    9. Commissioning in an occupied/operational critical services facility.

c. Contractor must understand the Unified Facilities Criteria

d. P6 Scheduling capabilities.

e. Successful experience with LEED silver construction and Environmental Low Impact Development.

f. Successful experience with Microstation software and Building Information Management (BIM) technology.

g. Independent full-time, dedicated, self-performing (Prime contractor) safety staff.

h. US Citizens (should include naturalized citizens/Legal citizen)

i. Satisfactory draft and final CPARS (at a minimum).

j. DB Prime contractor experience of at least 5 projects over $15 Million.

9. Total submittal shall be no longer than fifteen (15) pages in one (1).pdf file Double sided pages will count as two (2) separate pages

Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.

SUBMISSION INSTRUCTIONS:

THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.

Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 AM Eastern Standard Time (EST) 8 February 2021. All responses under this Sources Sought Notice must be emailed to Mckenna.N.Heath@usace.army.mil and michael.j.getz@usace.army.mil referencing the sources sought notice number W912DR21R0024.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: McKenna Heath via email Mckenna.N.Heath@usace.army.mil.

Overview

Response Deadline
Feb. 8, 2021, 11:00 a.m. EST Past Due
Posted
Jan. 22, 2021, 2:52 p.m. EST
Set Aside
None
Place of Performance
Beltsville, MD 20704 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
34%
On 1/22/21 USACE Baltimore District issued Sources Sought W912DR21R0024 for USDA-ARS Beltsville Agricultural Research Center (BARC) Building 002 Renovation due 2/8/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1EZ.
Primary Contact
Name
McKenna Heath   Profile
Phone
(410) 962-6147

Secondary Contact

Name
Michael J. Getz   Profile
Phone
(410) 962-3455

Documents

Posted documents for Sources Sought W912DR21R0024

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DR21R0024

Contract Awards

Prime contracts awarded through Sources Sought W912DR21R0024

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DR21R0024

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DR21R0024

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
April 15, 2021
Last Updated By
mckenna.n.heath@usace.army.mil
Archive Date
April 15, 2021