Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
DOCUMENT

Y -- DESIGN-BID-BUILD CONSTRUCTION SERVICES FOR P103 HEWITT HALL RESEARCH CENTER, NAVAL WAR COLLEGE, NAVAL STATION NEWPORT, NEWPORT, RI - Attachment

Notice Date
2/4/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008514R5221
 
Response Due
2/14/2014
 
Archive Date
2/6/2015
 
Point of Contact
Robbin Henry, 757-341-1981
 
E-Mail Address
robbin.henry@navy.mil
(robbin.henry@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Naval Facilities Engineering Command Mid-Atlantic is seeking eligible business firms capability of performing Design-Bid-Build Construction Services for P103 Hewitt Hall Research Center, located at the Naval War College, Naval Station Newport, Newport, RI. General Work Requirements: Project renovates three levels of Hewitt Hall (Building #991) at the Naval War College (NWC) to address the deficiencies highlighted by the New England Association of Schools and Colleges (NEASC), necessary to maintain accreditation. Renovations include converting the existing garage (lower level) to interior high capacity book storage space and repairs to the basement and first floor levels of Hewitt Hall. Garage Conversion converts existing parking garage space to book storage space to include high density library book storage, general storage, building maintenance storage café storage spaces and archives materials storage. Modifications to existing floor shall be performed in order to support high density shelving requirements, as well as addressing existing utilities and storm drainage located beneath the parking garage floor. New HVAC work will be performed as well as upgrades to the existing architectural components, utility and mechanical systems, fire suppression systems, electrical systems, telephone and local area network connections, and information systems. Repairs to the basement (middle level) and first floors (main level) will upgrade the library space into a modern student learning center to support library functions and services. Repairs and modifications will be performed to the architectural components, life safety, mechanical and electrical systems and the classified library. New walls should be constructed with steel stud framing. Additionally, the scope includes HVAC work, including the replacement of the constant volume air powered induction boxes with traditional variable air volume system, installation of new ductwork, piping, controls and electrical systems. Exterior work shall include re-pointing and re-caulking of facade at the garage and basement levels to include masonry, doors, and other miscellaneous openings. Built-in equipment includes high density archive storage systems and a building fire booster pump. Facilities will comply with the Energy Policy Act of 2005 and the Energy Independence and Security Act of 2007 The estimated cost range of this construction project is between $10,000,000 and $25,000,000. All Service Disabled Veteran (SDV) small businesses certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these construction requirements in the Third Quarter of FY14. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years. Include contract number, contract value, government/agency point of contact and current telephone number. Indicate whether your firm acted as a prime or subcontractor and provide a brief description of how the contract relates to the technical requirements described herein. (2) Company profile to include: a.Number of offices and office location(s) b.Number of employees per office c.Available bonding capacity per contract d.DUNS number e.CAGE Code f.Small business designation/status claimed g. Annual revenue. (3) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. RESPONSES MUST BE RECEIVED NO LATER THAN 2:00 PM EASTERN STANDARD TIME ON 14 FEBRUARY 2014. LATE RESPONSES WILL NOT BE ACCEPTED. Responses to this Sources Sought Notice shall be sent to the following: U. S. Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Robbin Henry 9742 Maryland Ave, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Robbin Henry Naval Station Norfolk 9724 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3689 Hand deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Robbin Henry 9724 Virginia Ave, Bldg. Z-144 First Floor, Room 109 Norfolk, VA 23511-3689 Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Robbin Henry either by email at robbin.henry@navy.mil or phone 757-341-1981.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R5221/listing.html)
 
Document(s)
Attachment
 
File Name: N4008514R5221_14-R-5221_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N4008514R5221_14-R-5221_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008514R5221_14-R-5221_Sources_Sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03280581-W 20140206/140204235058-68cea7539dc4c75c28efdb9d2d713b2c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.