SOURCES SOUGHT
Y -- Construction of P-100/P099, Nuclear Power Operation Training Facility and Operational Support Facility, JB Charleston, Goose Creek, SC
- Notice Date
- 8/16/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 135, P.O. Box 30, Bldg. 135, Jacksonville, Florida, 32212, United States
- ZIP Code
- 32212
- Solicitation Number
- N69450-13-R-2202
- Archive Date
- 9/18/2013
- Point of Contact
- Kendra L. McMahon, Phone: 9045424430
- E-Mail Address
-
kendra.mcmahon@navy.mil
(kendra.mcmahon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources sought for the Construction of P-100/P099, Nuclear Power Operation Training Facility and Operational Support Facility, JB Charleston, Goose Creek, SC. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business, Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed project will construct a new 8,300 square foot Secure Area Entry Point, a 94,500 square foot training facility with a high bay, a 105,000 square foot training support facility, a 300 foot long berthing pier extension, and renovate/repurpose 52,000 square foot of an existing training support building as well as constructing parking, utilities and infrastructure to support the new facilities. The contract will be for a term of between three and four years. The estimated cost for this project is between $80,000,000 and $120,000,000. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at JB Charleston, Goose Creek, SC. This project will include the construction of three new buildings, (Bldg 2626, Bldg 2701 and Bldg 2711), renovation of part of one building, (Bldg 2314), construction of a new berthing pier extension and parking, infrastructure and utility work to support the expanded site. Building 2626 is a single story, 8,300 square foot secured area entry point or gatehouse. Building 2701 is a 94,500 square foot, three-story building with an 11,000 square foot, 82-foot high bay and a Support Systems Complex (SSC) that provides a steam collection system, high and low pressure air, de-ionized water treatment and oily water separation systems. Building 2711 is a 105,000 square foot, three-story building with a repair shop and a cafeteria. Building 2314 is a 75,000 square foot, three-story building that will include renovation of approximately 52,000 square feet. The berthing pier extension (BPE) will demolish the existing finger pier and construct a 300 foot pier (12,600 square feet) with ship support systems routed from the SSC to the ships. In addition, the parking area will be increased in size, a new perimeter road will be constructed and a new, redundant electrical feed will be constructed to the site in addition to expanding the existing utilities to support the new facilities. The structure will be a steel frame with pile footing, cast-in-place, architectural finished concrete walls that are blast hardened and have no windows. Building 2626 will include security monitoring and screening equipment and technology. Buildings 2701, 2711 and 2314 will include spaces for administrative offices, training simulators, classrooms, laboratories, conference rooms, and study areas. This project will require Enhanced Commissioning and a LEED Silver Certification by the USGBC. Interior partitions will be full height metal stud and gypsum wallboard partitions. Interior finishes include painted gypsum wallboard, epoxy coated gypsum wallboard, and glazed CMU in the restrooms and some corridors. Ceilings will be 2'x2' suspended acoustical tiles in most areas. Floors will include carpet, sealed concrete and resinous epoxy in most areas. The site is a 24/7 operation with high security conditions. Construction will occur in phases to ensure that training operations and security requirements are maintained at all times. 1. Provide examples of projects performed as a prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide recent project examples demonstrating experience with high bay, thickened wall construction. 3. Provide recent project examples demonstrating experience with extensive construction within high security sites. 4. Provide recent project examples that have been awarded a LEED Certification by the USGBC. 5. Provide recent project examples that have included multi-phased construction to maintain existing operations and short construction timelines to meet operational need dates. 6. Bonding Capacity: Provide surety's name, your maximum bonding capacity per project, and your maximum aggregate bonding. 7. Provide proof of SBA certification for either 8a or HubZone status. 8. If this project is solicited, do you intend to propose on this project. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, or Service Disabled Veteran-Owned small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 3 September 2013, 2:00 pm eastern time via email to kendra.mcmahon@navy.mil. The subject line of the email shall read: P-100/P099, Nuclear Power Operation Training Facility, JB Charleston, Goose Creek, SC. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467Q/N69450-13-R-2202/listing.html)
- Place of Performance
- Address: Joint Base Charleston, Goose Creek, South Carolina, 29410, United States
- Zip Code: 29410
- Zip Code: 29410
- Record
- SN03151805-W 20130818/130816234504-a536eb46625adf75bdd6d45b29872e6d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |