Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2015 FBO #4864
SOURCES SOUGHT

Y -- P-991 Design-Build New Construction of Bachelor Enlisted Quarters, Naval Weapons Station Yorktown in Yorktown, Va.

Notice Date
3/18/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008515R0046
 
Response Due
3/25/2015
 
Archive Date
4/9/2015
 
Point of Contact
Jeff Haycox, Contract Specialist
 
E-Mail Address
41-2074
 
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, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for P-991 Design-Build new construction of Bachelor Enlisted Quarters, Naval Weapons Station Yorktown in Yorktown, Virginia. P-991 will construct a multi-story Marine Corps Bachelor Quarters with 117 2+0 rooms at a maximum of 60,450 SF. The structural frame of the building will be comprised of load bearing reinforced concrete masonry walls supporting concrete floors. The interior walls of the facility will be built of reinforced concrete masonry units and will be designed and constructed to span from floor to the bottom of structure above. Exterior walls will consist of concrete masonry block interior wall, rigid insulation, air space and brick veneer. The roof will be a standing seam metal roof over insulation and metal deck. The project site work will include utilities, paving and landscaping. The new building systems will include, but not be limited to; fire protection, heating, ventilation, air-conditioning, plumbing, and electrical power and lighting. Building utility connections will include, but not be limited to; water, natural gas, sanitary sewer, electricity, telephone and data. The new facility will be designed to satisfy all applicable Navy and Marine Corp UFCs. The building will be constructed such that it satisfies all requirements of Anti-Terrorism and Force Protection. A progressive collapse analysis will be required and incorporated into the design as required by current standards. This project will also require the contractor to develop estimates of the Total Ownership Cost (TOC) for selected building components/systems. The TOC includes all energy-related and sustainability systems along with other selected systems as identified in the TOC Sustainability Template. TOC has three main parts: Initial investment (up-front cost), 40-year energy cost and 40-year sustainment cost. TOC is the total cost of all three. The proposal will show the cost of all three parts and the total cost. The estimated contract value is between $10,000,000 and $25,000,000. The anticipated award of this contract is September 2015. The NAICS code for this project is 236220. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Government s best interest. This 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 issuance of an award. The Government is not obligated to, and will not pay for, any information received from potential sources as a result of this synopsis. It is requested that interested Small Businesses submit a brief Capabilities Statement Package (no more than five (5) pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIVE PAGE LIMIT WILL NOT BE CONSIDERED. Contractor Capability Packages shall include the following items: (1) Relevant experience shall include experience in self-performing new construction of Barracks similar in size, scope and complexity to this project within the last five (5) years including contract number when applicable, contract value, Government/Agency point of contact with current telephone number, and a description of how the contract relates to P-991 as described herein with emphasis on Total Ownership Cost applications. Subcontractor experience will not be considered. (2) Company Profile to include the following: a. Number of employees b. Office location(s) c. Available bonding capacity per contract d. DUNS number e. CAGE Code f. Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor-Protégé, please indicate the percentage and type of work to be performed by the Protégé. The Capabilities Statement Package shall ONLY be submitted electronically to Jeff Haycox via email at jeffrey.haycox@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Wednesday, March 25, 2015 at 2:00 PM (EDT). LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R0046/listing.html)
 
Record
SN03671896-W 20150320/150318235249-6da7cdbac111f67b46976526c890c76e (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.