Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
DOCUMENT

Z -- DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA. - Attachment

Notice Date
2/2/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008517R0333
 
Response Due
2/16/2017
 
Archive Date
3/3/2017
 
Point of Contact
Jeff Haycox @ (757)341-2074
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR DESIGN-BUILD RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (Midlant) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel and capability of performing building renovations at Naval Station Norfolk in Virginia. The proposed project includes the following: This project will renovate Building N25A to include lead and asbestos removal, investigate and treat termite infestation and make essential repairs. Repair canopy, portico and façade and paint exterior. Replace existing roof and insulation and provide site and utilities buildings repairs. Repair interior finishes, electrical, mechanical, plumbing and lighting systems. Remove disused and obsolete fire-fighting systems. Replace doors and frames and floor finishes. Replace toilets, fire suppression systems, smoke detection systems and building egress. Replace elevator. Building N25A is a two story brick building of irregular configuration constructed in two segments. Segment 1 was constructed in 1917, is brick with an interior substructure of wood with plaster on lathe and myriad renovations layers. Segment 2 was constructed in 1967 and is classified as a Category 3 with SHPO. Segment 2 is brick exterior with a concrete and steel substructure with plaster and lathe and CMU block partitions. Handicapped accessibility for the second floor is required to meet ADA standards. Also the installation of an elevator (in Segment 1) and modification of existing stairs will be needed to meet ADA standards. Complete removal and replacement of most fixtures and plumbing components is required as well as removal and replacement of interior finishes including ceramic tile, composite tile, paint, liquid glaze surfacing and wall coverings, painted gypsum wall board and water resistant suspended acoustical ceiling tile systems. Door frames in Segment 1 require replacement while door frames in Segment 2 require partial replacement and some refurbishing. Exterior doors are historic in nature requiring extensive repairs or replication. Storefront windows and doors are in varying states of repair or replacement. Wood windows are historic in nature and require either restoration or replacement. The estimated construction cost is between $10,000,000 and $25,000,000. The anticipated award of this contract is September 2017. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $36.5 million. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm ™s small business status. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be $20M to be deemed acceptable for this notice. 4) Experience: Submit a minimum of two (2) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the seven (7) years prior to the submission due date. A relevant project is further defined as: Size: Facility of 65,000 square feet or greater and final construction cost of $15,000,000 or greater Scope/Complexity: Comprehensive, whole building (interior and exterior) renovation of a multi-story (minimum of two stories) administrative facility including all of the following: -Exterior Building envelope oWindows oDoors oExterior walls oRoof -Interior Comprehensive Repairs oElectrical oPlumbing oMechanical oFire Protection The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Thursday, February 16, 2017 by 2:00 P.M. Eastern Time. The submission 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. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to jeffrey.haycox@navy.mil. Note: Sources Sought number may be different from the Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R0333/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R0333_Sources_Sought_Contractor_Info_Form_-_RM09-2414.docx (https://www.neco.navy.mil/synopsis_file/N4008517R0333_Sources_Sought_Contractor_Info_Form_-_RM09-2414.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0333_Sources_Sought_Contractor_Info_Form_-_RM09-2414.docx

 
File Name: N4008517R0333_Sources_Sought_Project_Data_Form_-_RM09-2414.docx (https://www.neco.navy.mil/synopsis_file/N4008517R0333_Sources_Sought_Project_Data_Form_-_RM09-2414.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0333_Sources_Sought_Project_Data_Form_-_RM09-2414.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04388967-W 20170204/170202234635-f75f638aab89a4a28ae8e22546cf702e (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.