P002 CYBERSECURITY OPERATIONS FACILITY at FORT MEADE, MARYLAND

Agency:
State: Maryland
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Feb 20, 2024
Due: Mar 8, 2024
Publication URL: To access bid details, please log in.
Follow
P002 CYBERSECURITY OPERATIONS FACILITY at FORT MEADE, MARYLAND
Active
Contract Opportunity
Notice ID
W912DR24Q0ZBC
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 01:54 pm EST
  • Original Response Date: Mar 08, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 23, 2024
  • 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:
    Fort George G Meade , MD 20755
    USA
Description

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 the P002 Cybersecurity Operations Facility at Ft. Meade, Maryland.





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 proposed project will be a competitive design-bid-build contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Best Value-Tradeoff Process. A bifurcated solicitation approach is anticipated. Anticipated advertisement date of the Request for Proposal (RFP) is January 2025.





The estimated magnitude of construction is between $100,000,000.00 and $250,000,000.00.





The Government has a requirement for construction services for construction of the P002 Cybersecurity Operations Facility at Ft. Meade, MD. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) Business Size Standard of $45.0 Million.





The P002 Cybersecurity Operations Facility is a new construction requirement to deliver for the Navy (Marines) a 3-story, 115,500 sq feet Cybersecurity Operations Facility/Administrative facility located at Fort Meade, Maryland. The facility includes secure open office spaces, operational areas, large server area, building utilities and connections, with redundant mechanical and electrical systems, secure telecommunication distribution systems and a loading dock area. Mission support areas include joint staff offices, executive offices, training spaces, collaborative spaces, and meeting rooms. Scope of work provides full core and shell with fit-out design, including structure and foundations; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire suppression, alarms; information technology infrastructure, communications, and security systems infrastructure; exterior finishes and weatherproofing. Interior fit-out will provide raised access floor systems almost throughout, acoustically rated interior partitions and ceilings, power, lighting, environmental control, and communications. The facility is not a standard design and will be built to meet Sensitive Compartmented Information Facility requirements. Project includes redundant primary power, on-site, standby, power generation, and Uninterruptible Power Supply (UPS) system ensuring continuity of operations. Site infrastructure will include primary utility service to the site, consisting of electrical, water, sewer, and telecommunications pathways. Supporting facilities include site preparation and infrastructure improvements, utility services, and perimeter ATFP security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Site work will consist of curb and gutter, walkways, courtyards, and roads. Building will be accompanied by a series of surface parking lot areas containing a total of approximately 300 spaces. Site improvements include paved loading dock and access road, fire access road, landscaping, bioretention areas, sidewalks, curbs, and gutters. Storm water management facilities are designed in compliance with Maryland Department of the Environment requirements for Environmental Site Design, as well as the Environmental Independence and Security Act (EISA), Section 438.



Timeline: Construction duration estimated to be 36 months.





Narrative shall be no longer than 10 pages. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence.





Interested firms must submit the following at a minimum:





1. Firm’s name, address, point of contact, phone number, and e-mail address, and capabilities.



2. Firm’s level of interest in competing on the solicitation when it is issued.



3. Firm’s Business Size – Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Protégé firms



4. Firm’s Bonding Capacity: Interested firms must meet the single project minimum bonding capacity to meet the magnitude of construction to be considered as a potential source. The surety providing the bonding must be clearly identified and listed in the Department of Treasury's Listing of Approved Sureties which can be found at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm. If not currently bonded, a letter from a listed surety stating capacity for obtaining a sufficient bonding amount must be included.



5. Firm’s experience in successfully completed Design-Bid-Build projects of similar size, scope, and dollar value range between $100,000,000.00 and $250,000,000.00 to meet the specified magnitude of construction. To demonstrate experience delivering similar projects, at least three examples completed in the last seven (10) years should be provided to include:



a. Provide at least one (1) example of completed construction of a comparable DIA-accredited sensitive compartmented information facility.



b. Provide at least one (1) example of completed construction of complex mechanical/HVAC/fire protection systems supporting computer server rooms.



c. Provide at least one (1) example of completed or ongoing construction of complex electrical, UPS, and communications systems necessary to support multiple advanced computing networks.





Interested firms must also submit the following regarding Project Labor Agreements:





A project labor agreement is defined as a pre-hire collective bargaining agreement with one or more labor organization that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. § 158(f). See FAR 22.503 policy for details.





Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects.





(b) When awarding a contract in connection with a large-scale construction project (see 22.502), agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project, unless an exception at 22.504(d) applies.





The Baltimore District requests responses to the following construction labor questions:



1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, provide supporting documentation? The information should include the following information on projects completed in the last 2-5 years:



a) Project Name and Location



b) Detailed Project Description



c) Initial Cost Estimate vs. Actual Final Cost



d) Was the project completed on time?



e) Number of craft trades present on the project



f) Was a PLA used?



g) Were there any challenges experienced during the project?



2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so elaborate and provide supporting documentation where possible.



3. Does the local market contain the sufficient number of available skilled workers for this project?



4. Are the other projects in the vicinity going to limit the pool of skill labor available for your project?



5. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, elaborate and provide supporting documentation where possible.



6. Are there collective bargaining agreements (CBAs) that are likely to expire during the course of the project under consideration that might cause delays?



7. Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.



8. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.



9. Identify any additional information you believe should be considered on the use of a PLA for the referenced project.



10. How would the use of a PLA impact project costs.



11. How would the use of a PLA impact the small business participation as subcontractors?



12. How would a PLA on this project impact small business prime and subcontractors who are non-signatory to a PLA concurrently working a separate contract on the same project site.



13. Is your firm a serious interested party in that you intend to submit a proposal for this procurement? Will the use of a PLA impact your ability to propose? If so, explain.





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 A.M. Eastern Daylight Time (EDT) 08 March 2024. All responses under this Sources Sought Notice must be emailed to qiana.l.bowman@usace.army.mil and Michael.J.Getz@usace.army.mil referencing the sources sought notice number W912DR24Q0ZBC.





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: Qiana Bowman and Michael Getz via email – qiana.l.bowman@usace.army.mil and Michael.J.Getz@usace.army.mil.






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
  • Feb 20, 2024 01:54 pm ESTSources Sought (Original)
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

...system. The system consists of the Security Network, Physical Access Control System (PACS) ...

COMMERCE, DEPARTMENT OF

Bid Due: 6/21/2024

..., Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) Center...@army.mil" PAGE 12 ...

Federal Agency

Bid Due: 10/31/2027

...schedules, remain subject to change. Purpose of this update is to post information ...

DEPT OF DEFENSE

Bid Due: 6/30/2024

...Devcember 2022. CHanges are highlighted in yellow. PAGE 3 "The Command, Control, Communications, ...

Federal Agency

Bid Due: 10/31/2027

* 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.