Federal Contract Opportunity

Last Updated on 18 Jun 2025 at 6 PM
Sources Sought
Fort myer Virginia

PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.

Details

Solicitation ID W912DR25R17WQ
Posted Date 18 Jun 2025 at 6 PM
Response Date 18 Jul 2025 at 3 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sd Endist Baltimore
Agency Department Of Defense
Location Fort myer Virginia United states 22211

Possible Bidders

Krueger International Incorporated

Manitowoc Tupelo Green bay Washington Alexandria

National Industries For The Blind

Wayne Earth city Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Gtsi Corporation

Herndon Baltimore Chantilly Philadelphia Waltham

Sign up to access Documents

Signup now

PATTON HALL COMMUNITY CLUB AND CONFERENCE CENTER AT JOINT BASE MYER-HENDERSON HALL IN FORT MYER, Virginia.

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 (NAB) requests capability statements from qualified industry partners.  USACE NAB has been tasked to solicit and award a Design-Build to Budget (DB2B), Firm-Fixed-Price (FFP) construction contract for the construction of Patton Hall Community Club and Conference Center located on Joint Base Myer-Henderson Hall (JBMHH), Fort Myer, Virginia. 

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.

In accordance with DFAR 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction of this project is between $50,000,000 and $100,000,000. The North American Industry Classification System (NAICS) code for this procurement is 236220 - “Commercial and Institutional Building Construction”, which has a small business size standard of $45,000,000.

By way of this Market Survey/Sources Sought Notice, W912DR25R17WQ, 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.

NOTE: A sources sought for the Project Labor Agreement (PLA) is forthcoming, on or around 23 June 2025.

PROJECT DESCRIPTION:

The scope of work will be based on programming requirements such as functions, occupancy and adjacencies. 

The scope includes design and construction of a new 70,600 SF Community Club and Conference Center.  This will involve the demolition of Building 214 except for the Jailhouse.  The demising wall of the Jailhouse will be repaired, and the building will be left in its current condition. While improvements to the pool are not required, there may be a need to connect to utilities near the pool area and/or improvements immediately adjacent which may temporarily impact the operation of the pool. The Design-Build Contractor will determine the siting of the new building, the location of the supporting facilities such as parking and utilities as well as staging within the limit of work. 

Prior Government contract work is not required for submitting a response to this Sources Sought Notice.

Responders should address ALL of the following in their submittal:

  1. Firm’s name, address, email address, telephone number, UEI number and CAGE code.
  2. Indicate if your company is currently registered with the System for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.
  3. In consideration of NACIS code 236220, with a small business size standard of $45M, indicate your firm’s classified (size): Large Business, Small Business, Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantage Business, Woman Owned Small Business (WOSB), HUBZone Small Business, or 8(a) Business. 
  4. For those Prime Contractors interested in this requirement, please provide a letter from the surety regarding the bonding capability for a single contract action and aggregate, in accordance with the magnitude of construction for this requirement, both expressed in dollars.
  5. Provide three (3) projects of similar scope and size that have been completed within the last ten (10) years. 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). Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type.
  6. Provide opinion on the Government utilizing Design-Build to Budget (DB2B), include opportunities and risks, as well as any experience utilizing the same acquisition strategy. Do you think the use of the acquisition strategy will limit competition?   
  7. For Phase I, what criteria should the Government consider when down-selecting to the three (3) most qualified firms?
  8. For Phase II, what criteria should the Government consider when selecting the successful offeror?
  9. For a project of this scope and magnitude, the Period of Performance (POP) is set at 1,200 calendar days or 40 months, is this a reasonable construction duration? Please provide a narrative as to why you are providing an affirmative or negative response.

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 and the Project Delivery Team (PDT) but otherwise will be held in strict confidence.

SUBMISSION INSTRUCTIONS:

THIS 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 Notice is not to be considered as a commitment by the Government, not 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 AM Eastern Daylight Time (EDT) on 18 July 2025. All responses under this Sources Sought Notice must be emailed to [email protected], [email protected] and [email protected] reference the Sources Sought Notice number W912DR25R17WQ.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have questions concerning this opportunity, please contact the Contract Specialists, Amber Rose, [email protected] and Robert Ferebee at [email protected], as well as the Contracting Officer, Tamara Bonomolo at [email protected] .