Agency: | DEPT OF DEFENSE |
---|---|
State: | Maryland |
Type of Government: | Federal |
Category: |
|
Posted: | Dec 7, 2022 |
Due: | Jan 10, 2023 |
Solicitation No: | W912DR23R0010 |
Publication URL: | To access bid details, please log in. |
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.
Title: BUREAU OF ENGRAVING AND PRINTING (BEP) MAIN CURRENCY FACILITY, BELTSVILLE, MD – Solicitation: W912DR23R0010
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, Baltimore District requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS concerning the potential project described below. USACE, Baltimore District has been tasked to solicit and award a construction contract for the Bureau of Engraving and Printing’s (BEP) proposed DC Currency Production Facility (DCF) located in Beltsville, Maryland. 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 North American Industry Classification System code (NAICS) for this acquisition is 236220 – Commercial and Institutional Building Construction with a size standard of $36,500,000.00.
In accordance with DFARS 236.204 – Disclosure of the magnitudes of construction projects, the magnitude of this project is over $500,000,000. Small Businesses are reminded that they must perform at least 20% of the cost of the contract, not including the cost of materials with their own employees for general construction-type procurements.
By way of this Market Survey/Sources Sought Notice, W912DR23R0010, USACE NAB 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 NAB 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 announcement.
Project Description:
The Department of Treasury, Bureau of Engraving and Printing (BEP) has a need for construction of a new DC Currency Production Facility (DCF) located in Beltsville, Maryland that will replace their existing production facilities in Washington, D.C. The project will be to construct a 1,000,000+ sq. ft. facility that will meet all storage and production needs of the BEP.
Work includes the development of approximately 100-acre site, balanced site with secure perimeter, including standalone vehicle screening facilities and surface parking. Project will be fully permitted by MDE at time of award. Main building is two-story steel frame construction of 1,000,000+ sq feet, including Manufacturing Hall 257,700 SF, Work-in-Progress (WIP) Storage 21,200 SF, Manufacturing Support 72,400 SF, Vault 34,600 SF, Warehouse 109,500 SF, Custodial Dispensing 500 SF, Integrated Central Utility Plant (CUP) 50,000 SF, Industrial Waste Water Treatment Plant 22,200 SF, Administrative Area 364,000 SF which surrounds 2-story Main Street 22,300 SF, and Skywells 12,400 SF. Sustainable design including rainwater harvesting, green roof, Roof mounted Photovoltaic Panels (under separate contract) and permeable pavement Project will be turnkey, and contractor will be required to purchase and install office furniture, Audio/Visual Equipment, IT Infrastructure, Machine Shop Equipment, Lab Equipment, physical and electrical security systems. Additional Specialty Equipment includes Automated Guided Vehicles (AGV) and Automated Storage Equipment and Laboratory Equipment and materials for Firing Range and Wastewater Treatment Plant to support production equipment. Currency Production Equipment will be Government Provided/Government Installed and arrive onsite after completion of construction.
The Architect-Engineer responsible for completion of the design is Capital Currency Team (CCT). CCT is Joint Venture comprised of the following firms:
CCT sub-contractors include:
CCT is currently in the Preliminary Design Phase with the Preliminary Design Submission scheduled to be submitted March 2023. Final Design Submission is scheduled for October 2023 and Final Design Electronic Bid Set is scheduled to be submitted December 2023.
The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR Part 15, Contracting by Negotiations, under a Best-Value Trade-Off Process. Prior Government contract work is not required for submitting a response to this sources sought notice.
Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience with construction projects over $500M of similar nature as described under the Project Description and as defined in 6a.
Further, please include in your response, the following questions (in the exact order):
Narratives shall be no longer than twenty-five (25) pages. Responses are to be sent via email to Leigha Arnold at leigha.m.arnold@usace.army.mil no later than 11:00 a.m. EST 10 January 2022.
Comments must be in the exact format as indicated above, and must include submitter’s name, phone number, and email address.
Comments will be shared with the Government, Customer and the Project Delivery Team, but otherwise will be held in strict confidence.
PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM POTENTIAL PRIME CONTRACTORS.
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: Leigha Arnold via email - leigha.m.arnold@usace.army.mil.
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 236210 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.
Jul 18, 2023 | [Special Notice (Original)] Notice of Intent - Brand Name or Equal - Bureau of Engraving and Printing Currency Production Facility |
With GovernmentContracts, you can:
...Office SFLC PROCUREMENT BRANCH 2(00085) Looking for contract opportunity help? (opens in new ...
Federal Agency
Bid Due: 4/15/2024
...Fabrics for Fire Safe Furniture and Mattresses Sustainable Manufacturing Maturity Modeling Tool... proposing. ...
Department of Commerce
Bid Due: 1/22/2038