SOURCES SOUGHT
Z -- Design-Build of NSST Hangar 1338 Renovation, Naval Station Mayport, Florida
- Notice Date
- 4/8/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 32212
- Solicitation Number
- N6945019R0004
- Response Due
- 4/23/2019
- Archive Date
- 5/8/2019
- Point of Contact
- Kyle Acton
- 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 Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. Project Description: NSST is a state-of-the-art naval ships bridge team trainer facility designed to replicate the environment found on the bridge of a Navy ship and utilizes life-like scenarios with visual simulations to train Navy bridge teams. This project will renovate building 1338 at Naval Station Mayport for the installation of two government installed training modules NSST 4.0 and NSST 5.0 and related equipment. The project will build out the required multi-level trainer spaces and will provide supports, power, and infrastructure for hanging four large projector mounting rings, video projectors, video displays, four large curved screens, furniture, consoles and other associated work that will be connected and installed by the government. The existing building 1338 is a small hangar facility consisting of approximately 8,865 net square feet of high bay area with lower profile support spaces located on the north and west sides of approximately 5,150 net square feet in area. The lower shed roof portion of the building to the west of the high bay will have the existing structure and slab completely removed. The existing footprint to the west will receive new structural steel to match the existing high bay roof profile and floor slab elevation to provide the same or greater interior clearances as elsewhere in the existing High Bay area. The multi-level NSST Trainer modules 4.0 and 5.0 along with supporting spaces will occupy the high bay area of the building, while the low bay area to the north will house the NSST server rooms and two briefing rooms. The scope of building renovations of this project includes the demolition and removal of all building roof and wall components except for the structural steel columns, steel bents, and purlins and other miscellaneous metal items if deemed to be in good condition. Based on the designer ™s structural analysis supplementary steel components may be required to bring the building into full compliance with current code requirements. All existing purlins, walls and partitions will be removed and replaced with new exterior walls, roof components and interior partitions, ceilings, and floors. It is assumed that existing continuous and isolated concrete foundations at the exterior wall will be retained and will be capable of supporting the new wall systems. The existing concrete slab at the high bay area is sloped and must be either levelled or removed and re-poured. The existing hangar door must be removed and provided with structural steel and the new wall system. The project will also include a complete removal of all existing mechanical and electrical systems. The existing transformer and electrical service will be replaced. The contract will be for a term of 17 months. The estimated cost of construction, including existing demolition, is between $25,000,000 and $100,000,000, The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this Source Sought announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The information which must be contained in your response is as follows: 1) Name and address of company. 2) Point of contact with phone number and email address. 3) Identify the company ™s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 4) Evidence of sufficient bonding capacity of at least $50 million per project, and the maximum aggregate bonding amount. Evidence shall include the name, telephone number and point of contact of respective bonding company. 5) Evidence of registration in SAM, including Cage Code and Entity Identifier (formerly DUNS Number). In addition to the general information above, interested offerors must provide the following specific information: Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: 1) Renovation contracts/projects your firm has completed in the last seven (7) years as the prime contractor that best demonstrate your experience on projects that are similar in size, scope, and complexity to this requirement. 2) Submitted projects must have a value of approximately $10,000,000 or greater and must involve demolition of at least 50% of the building envelope. 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, Veteran-Owned Small Business WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Interested parties should respond no later than 23 April 2019, 1:00 pm Eastern Time via email to deborah.torrence@navy.mil. The government is only seeking a 1 to 4 page response. The subject line of the email shall read: NSST Hangar 1338 Renovation, Naval Station Mayport, Florida. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-APR-2019); 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/notices/57a7d46c2e917851116479b11d90cb9b)
- Record
- SN05274307-F 20190410/190408230017 (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 |