Maryland Bids > Bid Detail

Construction Management Support Services for the Construction of the Bureau and Engraving and Printing New Currency Production Facility

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159508505888870
Posted Date: Jan 10, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/3b6b76e1a6...
Follow
Construction Management Support Services for the Construction of the Bureau and Engraving and Printing New Currency Production Facility
Active
Contract Opportunity
Notice ID
W912DR24R0Z36
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: Jan 10, 2024 09:24 am EST
  • Original Response Date: Feb 02, 2024 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Beltsville , MD 20704
    USA
Description

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





The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) requests capability statements from qualified industry partners. USACE NAB has been tasked to solicit and award a firm-fixed-price Construction Management Support (CMS) services contract to support USACE NAB on the construction of the Bureau of Engraving and Printing (BEP) new Currency Production Facility (CPF) 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 NAICS code for this acquisition is 541330 – Engineering Services with a size standard of $25,500,000. The magnitude of construction for the CPF is over $500,000,000.





By way of this Market Survey/Sources Sought Notice, W912DR24R0Z36, 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 Notice.





Project Description & Overview:



The USACE NAB has a need for CMS services to support the construction of a new BEP CPF to be located in Beltsville, Maryland.





The new CPF will provide a modern, secure, and innovative facility for the manufacturing of United States currency for the Bureau of Engraving and Printing, as well as other government-issued documents, certificates, and other printed materials. The Facility will occupy a 104-acre site in Beltsville, Maryland. The construction is comprised of a primary building with a footprint of approximately one million square feet and a height of approximately 40-50 feet, along with a series of security screening buildings at the site entrance and sitework. The program consists of a manufacturing hall and support spaces, administrative offices and accompanying support and conference spaces, laboratory/research spaces, a warehouse, vaults, a firing range, a tour area for visitors, and visitor/vehicle screening outbuildings.





The customer’s requirement for the new facility is construction completion in three (3) years with follow on contracts for facility management, operation and maintenance, and fit out/startup of new equipment for one additional year after construction completion. This requirement is only for the three (3)-year construction phase.





Work includes field level CMS services to provide Quality Assurance (QA) oversight/inspection and contract administration activities. Due to the size and complexity of the project, the government expects to have multiple discipline specific QA teams. CMS staff with specialized experience overseeing construction field work as an engineer, technician, inspector and/or tradesman is anticipated to be broken down based on disciplines to include the following:




  • Mechanical, electrical, and plumbing (MEP) engineers and/or technicians;

  • Civil/site and structural engineers and/or technicians;

  • Architectural, fire protection, and life safety engineers and/or technicians;

  • Telecommunications/Information technology engineers and/or technicians;

  • Commissioning (Cx) focused electrical and mechanical engineers and/or technicians;

  • Project Controls/Scheduling staff;

  • Systems Integration; and

  • Office engineering support for construction field offices.





During the peak placement of construction, it is anticipated that a range of 20 to 30 engineers, tradesmen and/or technicians would be needed on-site daily for CMS services.





Challenges for scheduling of CMS support:




  • CMS support efforts will need to be scaled and/or phased to match placement schedule for new construction (i.e., phasing of disciplines, such as civil/site work and utility support will be heavy at start of construction, heavy Cx support near end of construction, etc.).

  • The Contractor will likely have multiple crews working simultaneously at different locations throughout the building and/or project site versus linear progression of work to meet the customer’s firm three (3)-year construction phase schedule. This may also lead to the Prime Contractor having multiple subcontractors for various trades, which increases coordination requirements, etc.

  • Flexibility in scheduling for workload surges or additional shifts for CMS support based on the Contractor potentially working night/weekends and/or long workdays to maintain schedule.

  • Due to the customer’s schedule requirements, CMS staff beyond Project Controls should be familiar with reading and interpreting project schedules.





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.





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





Responders should address ALL the following in their submittal:





USACE seeks the contractor's ability to demonstrate the necessary experience and resources/staffing, including subcontractors, on projects like that described above for similar services. This includes references of completed projects similar in scope and scale. If the Offeror is a joint venture,



mentor/protégé, or is utilizing an affiliate, at least two projects submitted MUST be experience representing the small business/protégé Prime Offeror.





Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the projects submitted in the capabilities statement.





The following criteria must be considered to ensure the ability to perform the proposed work:



1. Firm's name, address, point of contact, phone number, email 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 541330, with a small business size standard of $25,500,000, 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. Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work completed within the past three (3) years. Narratives should include a description of the services performed, project references (including owner with phone number and email address), and size of project and/or capacities.





Narratives shall be no longer than ten (10) 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 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 A.M. Eastern Standard Time (EST) 02 February 2024. All responses under this Sources Sought Notice must be emailed to leigha.m.arnold@usace.army.mil and larrylamar.courtney@usace.army.mil referencing the sources sought notice number W912DR24R0Z36.





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.m.arnold@usace.army.mil and larrylamar.courtney@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
  • Jan 10, 2024 09:24 am 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 >