Similar Projects
Route 1 Elementary School - Fairfax County Public Schools
New Construction, Infrastructure
Conception
$21,169,000 CJ est. value
Mount Vernon, VA 22309

Silver Line Elementary School - Fairfax County
New Construction, Infrastructure
Conception
$57,992,500 CJ est. value
Fairfax, VA 22030

Dunn Loring Elementary School - Fairfax County
New Construction, Infrastructure - 118,000 SF
Design
$35,332,424 CJ est. value
Vienna, VA 22182

Inova Springfield Replacement Campus - Phase 1
New Construction, Infrastructure - 438,800 SF
Design
$400,000,000 CJ est. value
Alexandria, VA 22310

RFQ Contractor - Fairview Fire Station - Temporary Facility
New Construction, Infrastructure - 7,715 SF
Bidding
$1,400,000 CJ est. value
Fairfax Station, VA 22039

RFQ D/B - Defense Logistics Agency Overwatch Booths and Dining Patio Pavers
New Construction, Infrastructure
Post-Bid
$1,942,623 CJ est. value
Fort Belvoir, VA 22060

RFQ D/B - Defense Logistics Agency Overwatch Booths and Dining Patio Pavers
New Construction, Infrastructure
Post-Bid
$1,942,623 CJ est. value
Fort Belvoir, VA 22060

Dulles Toll Road Crossing at Innovation Center
Infrastructure, Renovation
Results
$5,300,000 CJ est. value
Herndon, VA 20171

Kingstowne Consolidated Facility
New Construction, Infrastructure - 90,000 SF
Results
$63,649,000 CJ est. value
Alexandria, VA 22315

Louise Archer Elementary School - Fairfax County
Addition, Renovation, Infrastructure - 89,000 SF
Construction
$39,953,000 CJ est. value
Vienna, VA 22180

Herndon Parkway/Spring Street Intersection to Fairfax County Parkway - 03-ST-08-002 - Town of Herndon
Infrastructure
Construction
$12,300,000 CJ est. value
Herndon, VA 20170

Liberty Market Mixed-Use / Lorton
New Construction, Infrastructure
Pending Verification
$13,000,000 CJ est. value
Lorton, VA 22079

Somos at Tyson Multi-Residential
Demolition, New Construction, Infrastructure - 465,000 SF
Pending Verification
$115,000,000 CJ est. value
Tysons, VA 22102

Cub Run Elementary School - Fairfax County
New Construction, Infrastructure
Conception
$61,400,000 CJ est. value
Centreville, VA 20120

AutoZone #1667 / Falls Church
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Falls Church, VA 22041

Last Updated 08/26/2023 09:02 AM
Project Title

RFQ Contractor - Headquarters Annex at Fort Belvoir North Area (Fbna), Springfield, Va

Physical Address View project details and contacts
City, State (County) Fort Belvoir, VA 22060   (Fairfax County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $250,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

TITLE: HEADQUARTERS ANNEX at FORT BELVOIR NORTH AREA (FBNA), SPRINGFIELD, VA W912DR23Z0W4D 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 HQ Annex at FBNA 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 (staggered) solicitation approach is anticipated. Anticipated advertisement date of the Request for Proposal (RFP) is October 2023. The Government is considering alternative procurement methods (different from the normal firm fixed price), provide your opinions (advantages/disadvantages) on award fee based construction contracts and incentive fee based construction contracts. What types of items should the award fee or incentive fee be based on What is an appropriate amount for the award fee Anticipated Period of Performance (PoP) is three (3) years, 1095 days. If this duration is not achievable based on the scope of work then provide an updated duration with your submission. 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 HQ Annex at FBNA. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) Business Size Standard of $45.0 Million. Construct a Command and Control Facility (C2F)[120K SF]and a Parking garage [174K SF]. Project serves as the Annex to an Department of Defense Agencyat FBNA and includes a secured administrative building divided into specified security zones and operations area that includes special use space for a Secure Area, Data Center, and Network Operations Center. Construction includes redundant mechanical and electrical systems with backup power, secure (within confines of secured campus) organizational vehicle parking, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems within C2F. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. This project is required to bolster the long-range mission facility support requirements of The Department of Defense. This project is to provide an adequate Command and Control Facility (C2F) and Parking Garage to support the Department of Defense. This Command-and-Control Facility (C2F) is required to provide appropriate suites, staff offices, administrative support areas, Secure Sensitive Area and support areas at Fort Belvoir. This project includes space for currently 650 personnel and associated specialized support equipment. This project will provide increased operational efficiencies in support of Command-and-Control services and proceedings through consolidation of dispersed functions, appropriate security zoning, and Secure Sensitive Areas. Supporting directorates of the Headquarters command staff are identified to occupy the Command-and-Control Facility (C2F) based on operational priorities. The Command-and-Control Facility (C2F) will meet Command and Control Facility (C2F) functions and tasks across the full spectrum of missions and operations. Timeline: Construction duration estimated to be 1095 calendar days. 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-Protege 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 and scope, and dollar value range to meet the specified magnitude of construction. To demonstrate similar projects, at least three examples completed in the last seven (10) years should be provided to include: 6. Provide at least one (1) example of an Administration Facility that includes Secure Sensitive Areas/space. 7. Provide at least one (1) example of a multi-story parking garage. 8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: (No dollar value necessary) This project will be constructed within an existing secured perimeter. Offerors should demonstrate their experience with working within a controlled perimeter. Responders should also have experience with using various construction methods to adhere to construction duration. In addition, responders should have experience in locating, avoiding, and/or protecting existing critical underground utility distribution systems during demolition, earthwork, and construction operations. 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. 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: Michael Getz via email - Michael.J.Getz@usace.army.mil and Tamara.C.Bonomolo@usace.army.mil *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. The Method of Contractor Selection has not been determined at this Time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents