SOURCES SOUGHT
Z -- Design-Build Renovation of Barracks Building R-61 at Naval Station Norfolk, Va.
- Notice Date
- 5/21/2015
- 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
- N4008515R0069
- Response Due
- 6/4/2015
- Archive Date
- 6/19/2015
- Point of Contact
- Jeff Haycox @ (757)341-2074
- 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 associated with the renovation of Building R-61 at Naval Station Norfolk, Va. Building R-61 is an 84,315 SF facility that provides housing for up to 382 personnel. All major building systems are substandard and need replacement. The interior layout of the rooms does not meet current standards. Building and room HVAC systems are substandard, degraded and do not provide adequate heating, cooling and ventilation. Building plumbing systems are substandard and frequently require maintenance due to leaks. Existing elevators are deteriorated and do not meet current code requirements. Building electrical system does not meet current code requirements. Existing interior and exterior lighting is inadequate. Existing bathrooms are in poor condition with floor tile lifting, doors delaminating, toilets and tubs damaged by water leakage and resulting mold. Existing laundry room lacks proper ventilation and the roof leaks. Exterior brick facade requires waterproofing due to water infiltration. Portions of existing fascia, soffits, gutters and downspouts are damaged and require replacement. The building has no sprinkler system. The fire alarm system and exterior stair railings do not meet current code requirements. This project will restore the facility to code requirements and satisfy the installation s need for suitable housing. Anti-Terrorism / Force Protection (AT/FP) requirements include AT/FP retrofits as required in accordance with RP-8 and ASCE 31-03, and deficiency mitigation, design and retrofit per UFC 4-010-01. AT/FP work involves repairing any structural deficiencies, including for progressive collapse and wall hardening, replacing existing windows with low E-energy saving ABA, AT/FP compliant windows, replacing existing exterior doors with AT/FP compliant doors, and re-design/repair parking lot to comply with AT/FP provisions. The project will provide sustainable design features to comply with the Energy Policy Act of 2005, the Federal leadership in High Performance and Sustainable Buildings Memorandum of Understanding (MOU) and the attainment of the Leadership in Energy and Environmental Design (LEED) Silver-level rating. 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 unrestricted 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 the 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 efforts similar in value, size and scope 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 this project as described herein. (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 Thursday, June 4, 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/N4008515R0069/listing.html)
- Record
- SN03739536-W 20150523/150521235745-2a60b4c51615f0816ec6bef9e4fd1cc1 (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 |