DOCUMENT
Y -- SOURCES SOUGHT NOTICE FOR BUILDING 8 RENOVATION, MARINE BARRACKS, 8TH and I - Attachment
- Notice Date
- 2/26/2018
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- Solicitation Number
- N4008018R2234
- Response Due
- 3/13/2018
- Archive Date
- 3/28/2018
- Point of Contact
- MYESHIA DANIELS
- E-Mail Address
-
A
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington to facilitate the decision making process. NAVFAC Washington is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualifications, experience, personnel, and capability of performing renovation of administrative space at Washington Navy Yard, Washington, DC. Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is not to be construed as a commitment by the Government for any purpose than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. In accordance with DFARS 236.204(i), the magnitude of this project is between $15,000,000 and $70,000,000. All small businesses are encouraged to respond. The appropriate NAICS Code is 236220 with a Small Business Size Standard of $36.5M. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. Project Description: This project is for the restoration and modernization of the Command Post/Building 8 at the Marine Barracks Washington (MBW). The renovation serves to: 1) create a positive and collaborative working environment which significantly improves communication, flow and quality in the workplace; 2) maximize the existing footprint to become a flexible, efficient and modern administrative space program capable of meeting the future needs of the Command Post; 3) address operational and functional space deficiencies and provide a high-performance, sustainable and safe working environment for the next fifty years. The project addresses a multitude of functional and operational deficiencies. The project will repair by replacement all building systems including the demolition and removal of all existing obsolete building materials and systems. It will replace internal non- original fixed partition walls, windows, interior and some exterior doors, internal floors, wall and ceiling hard and soft finishes. The renovation incudes the replacement of all plumbing systems and fixtures as well as upgrade of all HVAC systems. Other improvements include the installation of fire detection and suppression systems, replacement of electric power and lighting distribution lines and equipment, and upgrades to communication, security and alarm systems. The project will restore all existing historic stairways to meet safety code requirements, and incorporate one centrally located four stop elevator. Accessibility will be improved with an at-grade ADA compliant access to Building 8 from the west side. Removal and abatement of hazardous materials is necessary to create a safe working environment. The second floor breezeway connector and Kalwall enclosure to Building 9 will be repaired and refinished as part of this project. Antiterrorism/Force Protection window, door and related component upgrades are included. All work will be in compliance with applicable ATFP, Fire Safety, Seismic, Accessibility codes and requirements. Sustainable design principles will be included in the design and construction in accordance with Executive Order 13123 and other applicable regulations. Facilities will achieve a LEED Silver certification and comply with Energy Policy Act of 2005. This documentation shall address, as a minimum, the following: 1.Relevant Experience of the Contractor, no less than three (3) projects and no more than five (5) projects, to include experience in performing efforts of similar size and scope, within the last seven (7) years, including contract number, indication of whether a prime or subcontractor, contract value, square footage, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. 2.Company profile to include number of employees, office location(s), DUNS number, Cage Code and statement regarding small business designation and status. 3.Statement regarding Bonding Capabilities. SUBMISSIONS ARE DUE BY MARCH 13, 2018 2:00P.M. EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent electronically, either via email to Myeshia Daniels at myeshia.daniels@navy.mil and Cynthia Crowder at cyndi.crowder@navy.mil or via the Safe Access File Exchange (SAFE) website at https://safe.amrdec.army.mil/SAFE/Welcome.aspx. Instructions on how to use SAFE can be found on this website. Questions or comments regarding this notice may be addressed via email to Myeshia Daniels at myeshia.daniels@navy.mil. ELECTRONIC (E-MAIL) SUBMISSIONS ARE AUTHORIZED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008018R2234/listing.html)
- Document(s)
- Attachment
- File Name: N4008018R2234_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008018R2234_Sources_Sought_Notice.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008018R2234_Sources_Sought_Notice.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008018R2234_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008018R2234_Sources_Sought_Notice.pdf)
- Record
- SN04835097-W 20180228/180226231512-91e66f78ff1fd810ef10274c935772bf (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 |