Pennsylvania Bids > Bid Detail

Letterkenny Army Depot (LEAD) Shipping and Receiving Facility, Chambersburg, PA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159809092774952
Posted Date: Dec 14, 2022
Due Date: Jan 10, 2023
Solicitation No: W912DR23R0SD9
Source: https://sam.gov/opp/a65e35b510...
Follow
Letterkenny Army Depot (LEAD) Shipping and Receiving Facility, Chambersburg, PA
Active
Contract Opportunity
Notice ID
W912DR23R0SD9
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2022 12:52 pm EST
  • Original Response Date: Jan 10, 2023 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Chambersburg , PA 17201
    USA
Description

SOURCES SOUGHT NOTICE for



Letterkenny Army Depot (LEAD) Shipping and Receiving Facility, Chambersbutg, PA



NOTICE No. W912DR23R0SD9



THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.



The U.S. Army Corps of Engineers (USACE), Baltimore District requests capability statements from qualified industry partners. USACE, Baltimore District has been tasked to solicit and award a firm-fixed-price construction contract for the Letterkenny Army Depot (LEAD), Shipping and Receiving Facility, Chambersburg, PA.. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS code for this acquisition is 236220 -Commercial and Institutional Building Construction, with a size standard of $39,500,000.00. The magnitude of construction is between $25,000,000.00 and $100,000,000.00.



By way of this Market Survey/Sources Sought Notice no. W912DR23R0SD9, USACE, Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE, Baltimore District will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (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.



PROJECT DESCRIPTION:



Construct a consolidated Shipping and Receiving Warehouse for receipt of items and component materials being inducted into depot level repair shops for recapitalization or reset on Letterkenny Army Depot (LEAD), Chambersburg, PA. Project will include 50,000 SF Shipping and Receiving Facility, Overhead protection canopy, vehicle maintenance facility, waste storage tank, personnel parking, organizational vehicle parking, rail spur construction and typical secondary facilities (water, sewer, gas, electric, stormwater management, paving and sidewalks, site improvements, and information systems). The contractor must also document and secure approval of LEED credits associated with construction activity.



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 $39,5000,000.00, indicate which of the following small business categories your business is classified under: Unrestricted Business, 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.



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 your surety for bonding capacity for a single project and aggregate for similar scope and magnitude of construction as stated above.



6. Provide at least two (2) examples of projects similar to the requirements described above, completed within the past seven (7) years, and of comparable scope and cost. 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.



7. Responders should have experience in the areas listed below and provide narratives identifying that specific experience:



a. Contractor must understand the Unified Facilties Criteria as it applies to the scope of this project.



b. Extensive P6 Scheduling capabilities.



c. Extensive successful experience with Autodesk Revit and Civil 3d software and Building Information Management (BIM) technology.



d. Extensive successful experience with renovation construction.



e. Independent full-time, dedicated, self-performing (Prime Contractor) safety staff.



f. Contractor/subcontractors must be US Citizen or green card holder.



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



8. Total submittal shall be no longer than ten (10) pages iin one (1) pdf file. Double sided pages will count as two (2) separate pages.



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



SUBMISSION INSTRUCTIONS:



THIS NOTICE IS NOT AN RFP. 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 source 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 no later than 10 January 2023 by 11:00 AM Eastern Time (ET). All responses under this Sources Sought Notice must be emailed to Amber L. Duty at amber.L.duty@usace.army.mil and Gary Faykes at gary.faykes@usace.army.mil referencing the source sought notice no. W912DR23R0SD9.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.




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
  • Dec 14, 2022 12:52 pm ESTSources 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 >