Washington, DC Bids > Bid Detail

Department of State (DOS) Foreign Missions Center (FMC) Infrastructure Improvements at the Former Walter Reed Army Medical Center (WRAMC), Washington, DC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159448664180674
Posted Date: Oct 25, 2022
Due Date: Nov 9, 2022
Solicitation No: W912DR23R0002
Source: https://sam.gov/opp/e1fca2386d...
Follow
Department of State (DOS) Foreign Missions Center (FMC) Infrastructure Improvements at the Former Walter Reed Army Medical Center (WRAMC), Washington, DC
Active
Contract Opportunity
Notice ID
W912DR23R0002
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 25, 2022 04:38 pm EDT
  • Original Response Date: Nov 09, 2022 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Washington , DC 20012
    USA
Description

Title: DEPARTMENT OF STATE (DOS) FOREIGN MISSIONS CENTER (FMC) INFRASTRUCTURE IMPROVEMENTS AT THE FORMER WALTER REED ARMY MEDICAL CENTER (WRAMC), WASHINGTON, DC



SOLICITATION NO: W912DR23R0002



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 CONSTRUCTION CONTRACTORS interested in performing work on the potential project for the Department of State (DOS) Foreign Missions Center (FMC) Infrastructure Improvements at the Former Walter Reed Army Medical Center (WRAMC), Washington, DC.



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 U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and award construction services for the Department of State (DOS) Foreign Missions Center (FMC) Infrastructure Improvements at the Former Walter Reed Army Medical Center (WRAMC), Washington, DC. The proposed project will be a competitive, firm-fixed-price (FFP), two-phase design-build (DB) contract procured in accordance with FAR Part 15, Contracting by Negotiation, via a Request for Proposal (RFP).



The project consists of design and construction of infrastructure improvements to existing roadways, utilities, and streetscapes within the Foreign Mission Center (FMC) 32-acre parcel. The FMC is owned by the Department of State (DOS) Office of Foreign Missions (OFM) and is located at the former Walter Reed Army Medical Center (WRAMC) in Washington, DC. The project requires realignment and partial closure of 14th Street NW, widening of Dahlia Street NW, demolition and removal of existing utilities located within the proposed road right of way parcels, installation of new utilities (including water, sanitary sewer, storm sewer, and electric), landscaping (including street trees and stormwater management plantings), and streetscape hardscapes (including sidewalks, handicap curb ramps, and bicycle racks). The project also requires compliance with the FMC Master Plan approved by the National Capital Planning Commission (NCPC) in December 2018 which provides the framework for all future development, including the infrastructure improvements proposed. It also includes prescriptive cross sections for new street design and identifies preserved trees that shall remain.



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.



In accordance with DFARS 236.204 – Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237310 – “Highway, Street, and Bridge Construction”, which has a small business size standard of $39,500,000.00.



Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide 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 of the following in their submittal:



USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects like that described above for similar services. This includes references of completed projects similar in scope and scale. Similar projects include, but are not limited to, general utility and roadway construction. If the Offeror is a joint venture, mentor/protégé, or is utilizing an affiliate, at least two projects submitted within this factor MUST be experience representing the small business/protégé Prime Offeror. This project MUST meet the requirements of the previous paragraph and demonstrate experience in the elements as listed below.



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




  1. Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work and magnitude of construction completed within the past five (5) years, to include underground utility installation, and demonstrate a minimum completion value of $10,000,000.00.

  2. At least one (1) project must demonstrate as a whole or separate experience with:

    • The National Capital Planning Commission (NCPC).

    • Streetscape design and construction.

    • Construction phasing of vehicular traffic ways.

    • DDOT Urban Forestry Administration.

    • Unified Facilities Criteria (UFC) 4-022-02, Selection and Application of Vehicle Barriers.



  3. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity.

  4. Responses must include the Offeror’s Name, Company Address, CAGE Code, UEI, POC Phone Number, POC Email, and SAM Information.



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 design 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 12:00 P.M. Eastern Standard Time (EST) 09 November 2022. All responses under this Sources Sought Notice must be emailed to evan.m.cyran@usace.army.mil and leigha.m.arnold@usace.army.mil referencing the sources sought notice number W912DR23R0002.



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: evan.m.cyran@usace.army.mil and leigha.m.arnold@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
  • Oct 25, 2022 04:38 pm EDTSources 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 >