DOCUMENT
Y -- P-495 Design Build Chambers Field Magazine Recap Phase I Norfolk Virginia - Attachment
- Notice Date
- 2/10/2017
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008517R0332
- Response Due
- 2/27/2017
- Archive Date
- 12/31/2018
- Point of Contact
- Vivienne Moore
- E-Mail Address
-
ne.moore@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Solicitation No: N40085-17-R-0332 Response Date: 27 February 2017 2:00 PM Eastern Time Classification Code: Y1EA “ Construction of Ammunition Facilities NAICS Code: 236220 - Commercial and Institutional Building Construction Magnitude of Construction: Between $25,000,000 and $100,000,000 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 the following: P495 “ Design-Build, Chambers Field Magazine Recap, Phase I, Norfolk, Virginia This project is for the design and construction project of one Type-C (three bay) Magazine (10,053 SF) and one Type-D (five bay) Magazine (16,533 SF), an Ordnance Operations Building (7,804 SF), an Inert Storage Facility (16,996 SF), an Ordnance Build-up/Assembly Facility (1,195 SF) and Woodworking Shop Facility (4,370 SF). All will be constructed of metal or masonry walls with metal roof on concrete slabs. 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 dock levelers and exhaust system for the magazines, and uninterruptible power supply for the ordnance operations building. Project site preparations include removal of contaminated earth, clearing of woods for the ordnance operation building, earthwork throughout the project site and site fill throughout the project site for grading purposes. Paving and Site improvements include roadways, removal of paving and slabs, approximately 60 parking spaces, sidewalks, concrete pads, pavement area, fencing and landscaping. A gate/sentry house is provided. The fencing will be located around the de-containerizing area and will be chain-linked fence with strand barbed wire. Electrical utilities include underground utility distribution, primary and secondary electrical distributions, lighting, site security alarm, telecommunications infrastructure, transformers and forklift charging stations. Forklift charging stations will be covered and mounted on concrete pads. Mechanical utilities included HVAC, water distribution throughout the project site, fire protection systems and supply lines, elevated water storage tank, sanitary sewer lines and storm drainage piping. The elevated water tank will be located outside of explosive arcs north of the existing elevated water tank. The project will demolish 13 magazines, woodworking shop facility, open ammunition parking pad, inert storage facility, ordnance operations building, elevated water tank, guard shack to include explosives decontamination and lead and asbestos abatement. Firms shall demonstrate a minimum bonding capacity per project of at least $30,000,000. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), and 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. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states that œThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services in December 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 $36,500,000. 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 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: 1.Completed SOURCES SOUGHT “ CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. 2.Completed SOURCES SOUGHT “ PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) and a maximum of five (5) 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 to this project. A minimum of one (1) relevant magazine project and a minimum of one (1) relevant admin/storage facility must be submitted. The attached construction experience project data form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project is defined as follows: Magazine Experience: Size: A minimum of 10,000 total square feet. Scope/Complexity: New construction of a high-performance earth-covered magazine. Admin/Storage Facilities Experience: Size: A minimum of 15,000 total square feet. Scope/Complexity: New construction of administrative or storage facilities. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Vivienne Moore, vivienne.moore@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 MONDAY, FEBRUARY 27, 2017 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R0332/listing.html)
- Document(s)
- Attachment
- File Name: N4008517R0332_P495_-_Contractor_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R0332_P495_-_Contractor_Information_Form.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R0332_P495_-_Contractor_Information_Form.pdf
- File Name: N4008517R0332_P495_-_Project_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R0332_P495_-_Project_Information_Form.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R0332_P495_-_Project_Information_Form.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04398349-W 20170212/170210233832-051b729cbb287d7034f31ac059c63a43 (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 |