Project Title: Unaccompanied Enlisted Personnel Housing (UEPH), Joint Base Myers Henderson-Hall (JBMHH), Virginia
Solicitation Number: W912DR25RA022
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 Contractors interested in performing work to construct the Unaccompanied Enlisted Personnel Housing (UEPH) project located on Joint Base Myers Henderson-Hall, Virginia.
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.
An Industry Day is expected in early May 2025 to include one-on-one sessions. Time and dates will be provided as a separate special notice in the future. Encourage interested industry partners to attend to gain insight on a complex installation construction site.
The USACE Baltimore District is planning to issue a draft RFP in late 4th Quarter to solicit further feedback.
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 (NAB), has been tasked to solicit for and award construction services for the Unaccompanied Enlisted Personnel Housing (UEPH), Joint Base Myers Henderson-Hall, Virginia. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB) contract procured in accordance with FAR 15, Contracting by Negotiations using formal source selection procedures.
Construct standard design barracks to include living quarter suites to accommodate 200 Soldiers, clothes steam and barber rooms. Primary facilities include cybersecurity and antiterrorism/force protection (AT/FP) measures, building 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 with demolition, utilities and connections, steam for pressing room, storm drainage, paving, parking, walkways, lighting, information systems, landscaping and signage. Heating and air conditioning will be provided by a self-contained system. 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 as appropriate. 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. Demolish 16 buildings at Joint Base Myer-Henderson Hall, VA (30,897 Total SF. Air Conditioning (Estimated 420 Tons).
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 DFAR 236.204 – Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $100,000,000 and $250,000,000. 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.
Prior Government contract work is not required for submitting a response to this Sources Sought Notice.
Responders should address ALL the following in their submittal:
8. A streamlined Best Value Trade-Off (BVTO) Source Selection process is being contemplated as an acquisition strategy for this requirement.
Though no page limits are provided, please be concise when submitting your responses.
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 11:00 AM Eastern Standard Time (EST) 07 May 2025. All responses under this Sources Sought Notice must be emailed to [email protected] and [email protected] referencing the Sources Sought Notice number W912DR25R15SR.
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: Amber Rose via email; [email protected].