Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
DOCUMENT

Z -- DESIGN/BUILD RENOVATION, HANGAR, NOSC DETROIT - Attachment

Notice Date
6/10/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Great Lakes FEAD 310 Seabee Way Great Lakes, IL
 
Solicitation Number
N4008516R5031
 
Response Due
6/24/2016
 
Archive Date
10/8/2016
 
Point of Contact
Ken Seymour, Kenneth.d.seymour@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Great Lakes (PWD GL) is seeking eligible small business firms capable of performing requirements for the design/build renovation of a Hangar for Naval Operations Support Center (NOSC) Detroit, which is located onboard Selfridge Air National Guard Base, Michigan. The NOSC resides in an existing hangar that was built in 1960 and is considered a historic building. The drawings and reviews will need to take into account all State Historic Preservation Office (SHPO) requirements and SHPO lead times. Renovation upgrades shall include but are not limited to upgrading life safety, fire alarm system, replace outdated switchgear, minor electrical outlet upgrades, replace toilet fixtures, fixing shower drains, adding insulation to drill hall, painting and repairing the exterior of the building and replace drill hall corrugated clerestory windows. Two bid options are included to add a mass notification system for the building and epoxy drill hall/hangar floor. The Design/Build Contractor shall be responsible for the entire design including providing basis of design, calculations, equipment selections, specifications, and drawings for this project. The facility will be designed and constructed in accordance with Unified Facilities Criteria, (UFC) 1-200-02 Design: High Performance and Sustainable Buildings. Design the facility to comply with UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. The estimated cost of magnitude for this project is $700K-$1M, inclusive of bid options. ALL 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 October 2016. The appropriate NAICS Code is 236220. 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 using the Sources Sought Questionnaire provided as an attachment to this notice to demonstrate ability to perform the requested services. In order to be included in the market research results, OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM), AND SAM MUST ACCURATELY DISPLAY YOUR SIZE AND OTHER INFORMATION. If a Joint Venture (JV), your SAM records must reflect that your JV is active. If an 8(a) company, please submit a list of the cities in which you have bona fide offices. Capabilities statements shall address, as a minimum, the following: Submit (using the questionnaire) a minimum of one (1) and a maximum of three (3) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. For purposes of this synopsis, relevant project is defined as follows: Similar size: Project value of $700k or greater. Similar Scope: Renovation of existing building Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope (see description at the beginning of this document), but shall meet the following criteria: -Project(s) demonstrating similar technical and site programming requirements. -Project(s) for renovation (design-build) work. 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 three project requirement. All responses shall include: (1) The attached NAVFAC Sources Sought Questionnaire The ˜Description ™ box: Please submit as a separate page to your questionnaire and ensure to include the Contract Number, square footage, Government Agency/Private Entity for which the work was performed, and a brief description of how the contract referenced relates to the technical services described herein. The rest of the questionnaire is self-explanatory and all boxes should be filled out as applicable. (2) Company Profile (no more than one page) to include Small Business Type (i.e. 8a, SDVOSB, WOSB, etc.), number of employees, office location(s) and any other information you feel is pertinent and relevant to this project. In order to allow for timely review of submittals, we ask that you please not provide unnecessary information. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, 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 24 June, 2016 by 2:00 P.M. C.D.T. LATE RESPONSES WILL NOT BE REVIEWED. Electronic submissions of the Statement of Capabilities Packages are preferred, and should be sent via email to Kenneth.d.seymour@navy.mil. If you are submitting by mail, your package should be sent to the following address: Naval Facilities Engineering Command, Mid-Atlantic, PWD GL (ATTN: Ken Seymour); 310 Seabee Way, Bldg. 1H; Great Lakes, IL 60088. Questions or comments regarding this notice may be addressed by email to Kenneth.d.seymour@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008516R5031/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R5031_Sources_Sought_Questionnaire.doc (https://www.neco.navy.mil/synopsis_file/N4008516R5031_Sources_Sought_Questionnaire.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R5031_Sources_Sought_Questionnaire.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04145969-W 20160612/160610234232-4a5cc1ef8bb1cc103da7da6229b15315 (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.