Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2019 FBO #6369
SOURCES SOUGHT

Y -- Design-Build (DB) P-1495 5th Battalion, 10th Marines, High Mobility Artillery Rocket System (HIMARS) located at Camp Lejeune in North Carolina

Notice Date
4/30/2019
 
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
N4008519R9156
 
Response Due
5/10/2019
 
Archive Date
5/25/2019
 
Point of Contact
Brittany.cristelli@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 construction services for the following: Design-Build (DB) P-1495 5th Battalion, 10th Marines, High Mobility Artillery Rocket System (HIMARS) located at Camp Lejeune in North Carolina. P-1495 will construct an operations and support complex for the activation of the 5th Battalion, 10th Marines, High Mobility Artillery Rocket System (HIMARS) at Camp Lejeune, NC. The project scope includes four (4) new buildings that will be constructed in a new compound off Birch Street, two new additions to existing facilities at other locations on base, and a new high explosive magazine. Utility work includes potable water, sanitary sewer, stormwater, oil/water separator, industrial waste, propane gas, fire protection, fire alarm systems, electrical, lighting, fiber optic cabling, security systems, telecommunications, and roadways. Site work includes new parking lots, roadways, concrete pads for equipment, paving and site improvements, pervious surfaces, curbs, pedestrian sidewalks, landscaping, signage, stormwater drainage, underground water infiltration system, fencing, excavation, and grading. Required demolition includes site preparation, clearing, construction preparation, removal of contaminated soil, removal of existing concrete pads, and removal of existing equipment. 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 śThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ť This office anticipates award of a contract for these services by December 2019. 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 seven (7) 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: Cumulative 50,000 SF or greater for multiple covered structures. Scope: New construction of multiple industrial building(s) and/or administrative building(s) simultaneously or sequentially on a campus style project site. 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 new construction of at least one (1) industrial building; b) Experience with new construction of at least one (1) administrative building; and c) Experience with at least one (1) project with structural reinforced concrete. 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-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 10 May 2019 at 2:00PM (EDT). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Brittany Cristelli at brittany.cristelli@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 (30-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/spg/DON/NAVFAC/N62470HR/N4008519R9156/listing.html)
 
Record
SN05296791-F 20190502/190430230024 (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.