Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2018 FBO #5959
SOURCES SOUGHT

Z -- DB Bldg H1: CNIC Base Support Consolidation PNSY

Notice Date
3/16/2018
 
Notice Type
Synopsis
 
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
 
ZIP Code
23511
 
Solicitation Number
N4008518R8717
 
Response Due
3/30/2018
 
Archive Date
9/30/2018
 
Point of Contact
rachel.honecker@navy.mil
 
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 design-build (DB) Building H1, Commander Naval Installation Command (CNIC) Base Support Consolidation located at Portsmouth Naval Shipyard (PNSY) in Kittery, ME The proposed construction provides, but is not limited to, renovating spaces in H1, which was originally constructed in 1913 as a T-shaped, 75,262 square foot Naval Hospital and, in 1975, converted to an outpatient clinic. The existing health clinic consists of a four-story core block with wings of three stories each, extending from the central core in three directions. Exterior walls are load-bearing masonry, consisting of concrete, clay structural tile, and brick. The interior building superstructure is a partial concrete and cement-plaster encased steel frame at the wider portions of the building footprint. The steep pitched roof consists of slate shingles over a wood deck, supported by steel trusses and purlins. Renovations shall support the consolidation and configuration of space for the building occupants for facilities being demolished (H10, 241 and 235), Installation Commanding Officer and other supporting CNIC base support functions. Electrical and mechanical system and architectural finishes upgrades will be provided in the renovated areas. Structural improvements will occur within the facility at areas included in the renovation, and also at the stairways and egress pathways in order to improve compliance with fire and life safety codes. Heating systems will be repaired or replaced in areas that are being renovated, as well as the provision of upgraded lighting, power and air conditioning. Fire suppression and mass notification systems shall be upgraded and provided in areas where the deficiencies exist. Furthermore, the project will provide energy efficiency. SHPO consultation and mitigation will be required for all permanent modifications made to character defining features Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project as appropriate. Low Impact Development will be included in the design and construction of this project as appropriate. Project will demolish existing buildings H-10, 241 and 235. Facility will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. 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 $25,000,000 and $100,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The 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 2018. 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 document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as: Size: A final construction cost of $10,000,000 or greater AND work performed on at least 25,000 SF of subject facility. Scope: New construction, renovation or repair of a multi-story (minimum 2-stories) administrative facility. Complexity: Each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the elements below must be established throughout the submitted relevant projects. a) Experience with hazardous material abatement; b) Experience with HVAC retrofitting; c) Experience with historic facilities and adherence to the Secretary of the Interior s guidelines for selective demolition and renovation; d) Experience with multi-phased/sequenced construction that allowed facility to remain open for operations throughout the project; and e) Experience with projects in congested urban or industrial areas with limited construction laydown space. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé 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 30 March 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Rachel Honecker at rachel.honecker@navy.mil. Attachments are limited to a total of 5MB. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R8717/listing.html)
 
Record
SN04857524-F 20180318/180316230947 (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.