Skip to main content

An official website of the United States government

You have 2 new alerts

SOF OPERATIONS BUILDING, FORT MEADE, MD

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jan 25, 2024 10:11 am EST
  • Original Published Date: Apr 15, 2022 03:15 pm EDT
  • Updated Response Date: Jun 15, 2022 11:00 am EDT
  • Original Response Date: Jun 15, 2022 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 25, 2024
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort George G Meade , MD 20755
    USA

Description

*** THE SOLICITATION FOR THIS PROJECT IS EXPECTED TO BE RELEASED O/A 29 June 2022

THIS PROJECT IS UNRESTRICTED - Design-Bid-Build Best-Value Tradeoff

SOF OPERATIONS BUILDING, FORT MEADE, MD

This is a new requirement for the Joint Special Operations Command (JSOCOM). This project shall construct a new permanent SOF Operations Facility, (114,000 SF). Construct a specially designed SOF operations facility of permanent construction for approximately 196 personnel, including supporting facilities with associated site work and environmental measures. The facility will be built on Fort Meade, Maryland and will be a single construction award. The primary facility will be comprised of a two-story structure. The facility includes open office spaces, operations areas, SCIF spaces, large server areas, building utilities and connections and redundant mechanical and electrical systems, secure telecommunication distribution systems, loading/dock platform, and support space. The mission support areas provide joint staff offices, executive offices, labs, collaborative spaces, and meeting rooms. The project consists of core and shell structure and foundations; elevator conveyance systems; electrical/mechanical service and distribution components and systems; fire protection, alarm, and suppression; information technology and infrastructure, communications, and security systems support infrastructure; exterior finishes and weatherproofing. Interiors build out will provide raised access floor systems, acoustically rated interior partitions and ceilings, power, lighting, environmental control, and communications. The majority of the structure will be built to Sensitive Compartmented Information Facility (SCIF) standards. The SCIF areas will be designed per the Intelligence Community Technical Specification ICS 705-1. The project includes redundant primary power, on-site standby generation, and Uninterruptible Power Supply (UPS) systems to ensure continuity of operations. This project requires comprehensive interior design. Support facilities will include primary electrical service to the site, water, sewer, and telecommunications pathways. Includes site preparation and infrastructure improvements, utility services, and perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards, parking lots, roads, drop-off area with retractable bollards, paved loading dock and access road, fire access road, landscaping, and bio-retention areas.

Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with Federal laws and Executive Orders. Low Impact Development features will be included in the design and construction this project as appropriate. Cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Construction duration is estimated to be 912 calendar days from notice to proceed.

All proposals shall be submitted electronically through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved.

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