SOURCES SOUGHT
Y -- P1346 - DESIGN BUILD SIMULATOR INTEGRATION/ RANGE CONTROL FACILITY
- Notice Date
- 4/24/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, MARINE CORPS IPT 6506 Hampton Blvd Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008515R0316
- Response Due
- 5/7/2015
- Archive Date
- 7/31/2016
- Point of Contact
- Michael Brice 757-322-4721
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P1346 Simulator Integration/Range Control Facility, Marine Corps Base, Camp Lejeune, Jacksonville, North Carolina area as follows: P-1346 “ Simulator Integration/Range Control Facility, Marine Corps Base, Camp Lejeune, Jacksonville, NC FY16 MCON P1346, MCB Camp Lejeune, constructs a Simulator Integration Center/Range Operations Complex of approximately 127,000 sf. Construction will be of reinforced concrete masonry unit on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs. The complex will include Virtual Training Systems, administrative spaces, high-bay simulator space, classrooms, storage space, conference/ training rooms and telecommunication rooms. The range control operations center will require under-floor communications wiring Constructs a single-story Boat Shop and Warehouse of reinforced concrete masonry unit building on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors and standing seam metal roof. Constructs a covered training area of concrete slab on grade with structural steel framing and standing seam metal roofs. The covered training area facility will provide covered shelter for use during outdoor training exercises to support equipment training for the Tactical Engagement simulator systems. This project renovates Building #26 to include replacement of all mechanical, plumbing, electrical, communication and fire protection throughout the facility as well as replacement of doors and frames, windows and exterior surface preparation and painting. Information systems include basic telephone, computer network, fiber optic, cable television security and fire alarm systems and infrastructure. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti- Terrorism Standards for Buildings. Built-in equipment includes large roll up doors, emergency generators, operable partitions, raised computer flooring, under floor fire detection system, uninterruptable power supply, and fire pump with generator backup. Special costs include Post Construction Award Services (PCAS) and Geospatial Survey and Mapping. Operations and Maintenance Support Information (OMSI) is included in this project. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Pavement facilities include pad for back-up generators, pad for communication tower, and pads for mobile simulator trailers, and for dumpster pad and enclosure. Site preparation includes site clearing and grubbing, grading, borrow/fill material, topsoil, excavation, removing contaminated soil, preparation for construction and erosion control measures. Special foundation features include a pile supported foundation. Paving and site improvements include grading, parking for approximately 340 personal vehicles and 35 tactical vehicles, access roads, roadways, improvements to intersection, utility relocation, sidewalks, storm water management, storm water system, landscaping, berms and ditches, bollards, perimeter fencing, dumpster enclosures and building and roadway signage. Electrical utilities include primary and secondary electrical distribution systems, lighting, outside area lighting, transformers, and telecommunications infrastructure, and communications tower supported on spread footing foundation. Mechanical utilities include water lines, plumbing and plumbing fixtures, sanitary sewer lines, vapor intrusion mitigation system, natural gas distribution, compressed air system, fire protection systems and supply lines. Environmental mitigation will include wetland mitigation and Unexploded Ordnance mitigation. Building #529(347 m2), Bldg #134(347 m2) and Bldg(347 m2) will be demolished upon completion of the project as the functions they currently support will be relocated. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. The estimated cost of magnitude for this project is $40 - $50 million. All service-disabled veteran-owned small businesses certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this Sources Sought 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 office anticipates award of a contract for these services no later than September 2015. The appropriate NAICS Codes is _____. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It 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 to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. If an 8(a) company, please submit an 8(a) letter from the SBA stating that you have a bona fide office in North Carolina. Capabilities statements shall address, as a minimum, the following: Submit a minimum of one (1) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. Of the projects submitted, at least one must be training planning and simulation facilities. For purposes of this synopsis, relevant project is defined as follows: Similar size: 80,000 SF or greater for multiple covered structures and project value of $40,000,000 or greater. Similar Scope: 1) New construction facilities housing classrooms and large simulator training devices, 2) planning and tracking facility for coordinating large-scale military or civilian training exercises and 3) multiple-structure campus with associated parking Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope as P-1346. Project(s) demonstrating construction of 25 ™ high bays for simulator training devices Project(s) demonstrating intensive telecommunications wiring and management systems for simulator training devices and for tracking and coordinating training exercises. Project(s) demonstrating experience in complying with environmental permits in the state of North Carolina. Though requirements listed under complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five project requirement. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity up to $40,000,000, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. RESPONSES ARE DUE ON May 7, 2015_by 2:00pm P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Michael Brice); 6506 Hampton Blvd., Bldg. C, Room 1033; Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at michael.brice@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8397cc759c15fb257a2982a73c39a380)
- Place of Performance
- Address: 1005 Michael Rd, Camp Lejeune, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN03710182-W 20150426/150424234754-8397cc759c15fb257a2982a73c39a380 (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 |