Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
DOCUMENT

Y -- P1509, Design-Bid-Build Medical/Dental Clinic Replacement, Portsmouth Naval Shipyard, Kittery, Maine - Attachment

Notice Date
4/7/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008517R5034
 
Response Due
4/21/2017
 
Archive Date
5/6/2017
 
Point of Contact
Rebecca Douglas 757-341-1975 Rebecca Douglas, Contract Specialist (757) 341-1975
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing military construction (MILCON) project P-1509, Medical/Dental Clinic Replacement at Portsmouth Naval Shipyard, Kittery, Maine. The work includes construct a 53,468 square foot, two story, brick veneer replacement medical/dental clinic, to be located on a site at the southwest corner of the intersection of Goodrich Avenue and Parker Avenue at Portsmouth Naval Shipyard, Kittery, ME. Supporting facilities include utilities, site improvements, parking, access roads, and environmental protection measures. The existing branch health clinic will be returned to the installation. Due to land constraints on the Naval Shipyard, siting of the clinic results in bordering roadways within 30 feet on half of the building perimeter, driving higher AT/FP costs. The project will be designed in accordance with Unified Facilities Criteria (UFC) 4-510-01 Design: Military Medical Facilities, UFC 1-200-01 General Building Requirements, UFC 1-200-02 High Performance and Sustainable Building Requirements, UFC 4-0 10-01 DoD Minimum Antiterrorism Standards for Buildings, barrier free design in accordance with DoD, œABA (Architectural Barriers Act) Accessibility Standard  and DEPSECDEF Memorandum œAccess for People with Disabilities  dated 10/31/2008, and MHS World Class principles per World Class Checklist Requirements. The project will be LEED New Construction (NC) Silver certifiable. Operations and Maintenance Manuals, and Enhanced Commissioning will be provided. Air Conditioning: 200 tons. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 “ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The contract(s) 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 by September 2017. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to submit the following: Facility construction experience: Submit a minimum of two (2) and up to a maximum of four (4) relevant construction projects for the offeror that best demonstrates your experience on relevant projects that are similar in size, scope and complexity to the RFP. For the purposes of this evaluation, a relevant project is further defined as: Size: Final construction cost of $15 million or greater AND a minimum of 35,000 square feet. Scope: New construction of a health care facility, such as a medical clinic, dental clinic, urgent care center, or ambulatory care center. Complexity: Multi-story structural frame consisting of reinforced concrete or structural steel. Special foundation construction experience: Submit a minimum of one (1) and up to a maximum of two (2) relevant construction projects for the offeror that best demonstrates your experience on special foundation systems similar in scope and complexity to the RFP. For the purposes of this evaluation, a relevant project is further defined as: Scope/Complexity: a)Micro-pile foundation system in association with pile caps and grade beams. b)Rapid impact compaction to improve subsurface support material for an elevated first floor non-structural concrete slab. Projects submitted for the offeror shall be completed within the past (7) years of the date of issuance of the RFP. Ensure that the project description clearly identifies whether or not the project is new construction, provide the final construction cost, and addresses how the project meets the scope/complexity requirements. Please note that if you are responding as an 8(a) Mentor-ProtĂ©gĂ©, you must indicate the percentage of work to be performed by the protĂ©gĂ©. A copy of the SBA letter stating that your 8(a) Mentor-ProtĂ©gĂ© agreement has been approved would be required with your proposal, if requested. This notice 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 ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government ™s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 21 APRIL 2017 at 2:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Rebecca Douglas at rebecca.douglas@navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5034/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R5034_N4008517R5034_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008517R5034_N4008517R5034_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R5034_N4008517R5034_Matrix.xlsx

 
File Name: N4008517R5034_Project_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R5034_Project_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R5034_Project_Information_Form.pdf

 
File Name: N4008517R5034_Contractor_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R5034_Contractor_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R5034_Contractor_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
SN04464774-W 20170409/170407234640-b085a505b7f369a39258bc438482668e (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.