This is a sources sought notice only. It is not a request for competitive proposals. There are currently no solicitations, specifications, and/or drawings available. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. This notice is intended as a market research tool. NO AWARD will be made from this Sources Sought notice.
ALL INTERESTED, CAPABLE, QUALIFIED, AND RESPONSIBLE CONTRACTORS SHOULD RESPOND TO THIS NOTICE UNDER NAICS CODE 236220.
The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220. The small business size standard is $45 million.
Interested, capable, qualified and responsible contractors with the minimum capabilities (i.e., Refer to Project Description and Key Factors for Considerations) are encouraged to reply to this Sources Sought announcement.
The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the project.
PROJECT DESCRIPTION:
Construct a dormitory with all necessary spaces to house 144 enlisted personnel at Joint Base Langley. The construction includes 12 accessible rooms, compacted fill above the 100-year flood plain, reinforced concrete foundations and floor slabs, structural steel frame at building core and load bearing metal studs at building wings. The exterior walls are brick facade, precast concrete base, and limited metal panel walls and glass storefront in building core and entrances. The roof system is a structural steel frame with trusses at building wings and open web
joists at building core and a standing seam metal roofing on building wings and low slope single-ply membrane roofing system on building central core. The project includes long-run outside plant communications and manhole/duct system pathway, connections to existing installation utility infrastructure, providing capacity to
support facility loads. The project will include all necessary utilities, site preparation, pavements, site improvements, communication, remediation of petroleum contaminated soil within the footprint, security enhancements, area lighting, removal of utilities, and all necessary supporting work for a complete and usable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable codes and design guides. Facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01 General Building Requirements. This project will comply with Department of Defense anti-terrorism/force protection requirements per Unified Facilities Criteria 4-010-01. The anticipated construction duration is 1,460 calendar days. Magnitude of construction cost is estimated between $25 Million - $100 Million. Contractors will be required to submit bonding documents for 100% of the award amount prior to award. Bonding documents are not required for this Sources Sought.
KEY FACTORS FOR CONSIDERATION:
Besides the objectives identified in the Project Narrative above, there are several factors that should be considered when developing a response.
1) Experience with construction on US military and/or Department of Defense installations.
2) Experience with construction that had to comply with Department of Defense Unified Facilities Criteria 1-200-01 General Building Requirements and Department of Defense anti-terrorism/force protection requirements per Unified Facilities Criteria 4-010-01.
3) Timely completion of schedule.
4) Ability to perform at or familiarity of the site location: Joint Base Langley-Eustis (Langley Air Force Base), Hampton, VA.
Interested contractors must furnish the following information:
1. Complete the attached Sources Sought Bidder Information Form.
2. Describe your capability to execute the project (see above project description and key factors).
3. Provide two (2) to three (3) examples of projects with similar construction of facilities between 5,000 and 13,000 square meters (SM) which utilized structural steel framing, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience.
Based on definitions above, for each project submitted include:
1) Current percentage of construction complete and the date when it was or will be completed.
2) Scope of the project
3) Size of the project
4) Dollar value of the project
5) The portion and percentage of work that was self-performed
Responses should include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.
DISCLAIMER:
This notice is a Sources Sought Announcement. No evaluation letters or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is neither seeking nor accepting unsolicited proposals.
This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
RESPONSE:
All responses to this announcement may be sent electronically to Jacob Coody Jacob.W.Coody@usace.army.mil and copy to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil no later than 4pm on 3 June 2025.
Place of Performance:
Joint Base Langley-Eustis
Hampton, VA
United States
Primary Point of Contact:
Jacob Coody
Jacob.W.Coody@usace.army.mil
Secondary Point of Contact:
Nicholas Lizotte
Contracting Officer
Nicholas.Lizotte@usace.army.mil