Bureau of Engraving and Printing (BEP) Main Currency Facility, Beltsville, Maryland

Agency: DEPT OF DEFENSE
State: Maryland
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Dec 7, 2022
Due: Jan 10, 2023
Solicitation No: W912DR23R0010
Publication URL: To access bid details, please log in.
Follow
Bureau of Engraving and Printing (BEP) Main Currency Facility, Beltsville, Maryland
Active
Contract Opportunity
Notice ID
W912DR23R0010
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 07, 2022 12:49 pm EST
  • Original Response Date: Jan 10, 2023 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EC - CONSTRUCTION OF PRODUCTION BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Beltsville , MD 20704
    USA
Description

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:




  • Skidmore, Owings & Merrill LLP (Project Management, Architecture, interiors, Structural, LEED)

  • Huitt-Zollars (Mechanical, Electrical, Plumbing)

  • Ghafari (Process and Operations Engineering, Material Management, Industrial Engineering)



CCT sub-contractors include:




  • Wiles Mensch Corp (Civil Engineering, Land Survey)

  • RMF Engineering (Commissioning)

  • Hinman (Physical Security Specialist, Anti-Terrorism and Force Protection)

  • AME (Communications)

  • GHD, Inc. (Audio Visual, Information Technology)

  • Dharam Consulting (Cost Estimating, Scheduling)

  • OCMI (Value Management)

  • Coffman Engineering (Fire Protection, Fire Alarm)

  • Schnabel Engineering (Geotechnical Engineering, Environmental Engineering)

  • Cerami & Associates (Acoustics, Noise Abatement)

  • CTI (Technical Security)

  • Interior Architects (Programming, Interior Design)

  • Rhodeside & Harwell (Landscape Architecture)

  • Gorove Slade (Traffic Planning and Engineering)

  • Hopkins Food Service (Food Service Design)

  • George Sexton & Associates (Interior and Exterior Lighting Design)





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):






  1. Firm’s name, address, point of contact, phone number, and email address, CAGE code and EIS.

  2. Indicate if your company is 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 dollar of $39,500,000, indicate which of the following small business categories your business is classified under: 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, please explain.)

  5. Firm’s interest in providing a proposal on the pending solicitation once issued.

  6. Experience:

    1. Evidence of capabilities to perform work comparable to that required for this project (e.g. management of construction of a large public sector or MILCON projects with complex civil component; manufacturing facility; multiuse structures such as warehouse, administration building, and/or secure facility with strict security standards).

    2. Provide three (3) recent relevant/comparable projects (no more than ten years old). Include the project name; dollar value of the project; description of the key/salient features of the project; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets (FPIS), and delivery method (e.g., Guaranteed Maximum Price (GMP), Design-Bid-Build, Design-Build, Early Contractor Involvement (ECI), Construction Manager as Constructor (CMc, etc.).

    3. Address if the project included follow-on Operations and Maintenance (O&M) of the constructed facility. Responses should address the firm’s capability.



  7. O&M:

    1. Address your firm’s interest and ability to provide follow-on O&M of the completed site and facility for up to four (4) years after construction. Address your firms understanding of the advantages and disadvantages for the Government if the construction contractor provides the follow-on O&M.

    2. Would you be able to provide a price for O&M services as part of a proposal submission for the design and construction of the facility with an assumption that a contract would be awarded in mid-2024 with a 36-month construction duration?



  8. Based upon the scope of this project, identify if interested firms would form a joint venture to execute this work. Provide joint venture information, if applicable, including EIS number and CAGE code.

  9. Address the firm’s plan to include small business participation to the maximum extent practicable.

  10. Provide the firm’s Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company. Include any concerns associated with providing performance and payment bond for the projected contract value identified.

  11. Address the firm’s capability to construct the facility in a 36-month timeframe?

  12. Based on current market conditions, identify long lead procurement items including lead time and strategy to mitigated impacts to overall schedule of construction.

  13. Address advantages/disadvantages of an on-site concrete batch plant. The project is estimated to need 75,000 CY of concrete.

  14. Given the size and scope of the project, discuss the firm’s approach to resourcing the project.

  15. CCT will be preparing the LOD 400 Steel Tekla Model which will include:

    1. Final three-dimensional geometry of all structural steel components.

    2. Engineered connections for all primary structural steel components including truss connections, braced frame connections, moment connections, shear connections, in-plane bracing connections, base plate and concrete-embed connections.

    3. Engineered connections for primary MEP equipment/piping connected to steel elements.

    4. Detailing of connections includes:

      1. Connection geometry

      2. Connection plate thickness and plate cut

      3. Bolts (size and spacing) and bolt holes

      4. Weld type and size

      5. Member copes as required



    5. CCT will be the Designer of Record for all engineered connections.

    6. Contractor Responsibilities:

      1. Review connection details for:

      2. Constructability requirements

      3. Erection requirements and erection aids

      4. Fabrication requirements

      5. Weld preparations

        1. Additional information related to metal deck, shear studs, etc.

        2. Member camber

        3. Implementation into the Tekla model of:

          1. CA phase updates

          2. MEP Contractor coordination









  16. How would the project benefit if the Tekla 400 Model was provided as part of the solicitation package?

  17. The Government is considering alternative procurement methods, provide your opinions (advantages/disadvantages) on award fee or incentive-based firm fixed priced construction contracts. Why types of items should the award fee or incentive fee be based on?

  18. The Government plans to use Design-Bid-Build (DBB) Staggered Receipt of Proposals Solicitation Process. The Architect-Engineer’s Preliminary Design Submission will be used for issuance of Construction Request for Proposal. The Contractor will prepare and submit Volume I of their proposal while the A/E completes design. Volume I will likely include Experience, Management and Technical Approach, Past Performance, Schedule Narrative and Summary Schedule and Small Business Participation Plans. When the Electronic Bid Set (EBS) is complete an amendment will be issued to include EBS and request for Volume II – Price Proposal. Given this approach, how much time would your firm consider to be reasonable to prepare Volume I and Volume II and your reasoning?

  19. Please indicate if your firm would like a one-on-one meeting with the Government to talk through the response provided by the firm.





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.


Attachments/Links
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 07, 2022 12:49 pm ESTSources Sought (Original)

Related Document

Jul 18, 2023[Special Notice (Original)] Notice of Intent - Brand Name or Equal - Bureau of Engraving and Printing Currency Production Facility
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...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

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.