Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOURCES SOUGHT

Y -- P997 Combat Service Support Facilities, JEB Little Creek-Fort Story, Virginia Beach, Virginia

Notice Date
5/5/2020 1:05:51 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0104
 
Response Due
5/19/2020 11:00:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Stephen Astwood, Phone: 7573410692
 
E-Mail Address
stephen.d.astwood@navy.mil
(stephen.d.astwood@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for the following project: P997 Construct Combat Service Support Facilities: � Facility descriptions are as follows: Armory Addition: This facility will provide a 15,952 square foot two-story addition to existing Armory Building 3877 along the west side of Helicopter Road. The addition will provide additional cage space, administrative space, and storage. Ordnance Operations: This building is located on the North side of Murray Road. This facility will provide a 6,113 square foot Ordnance Operations building consisting of a large high bay work area with a loading dock and associated administrative areas including a training room, open and closed office areas, a break room, and locker facilities. Demolish existing Ordnance Operations Building #772 after construction of the new operations building is complete and operations have been transferred from the existing building. Boat Canopy: This structure is located along the south side of Cove Road. This facility will provide a 10,200 square foot boat storage canopy to the east of existing Boat Storage building No. 3853. This project requires the addition of an overhead coiling door to the eastern exterior wall of existing Boat Storage building to allow free movement between the existing storage building and the new Boat Canopy. In addition to the structural modifications needed to add the overhead door, there are also other engineering systems which will need to be re-routed/modified including but not limited to Mechanical, Electrical, and Fire Protection. A steel framed standing seam metal roof covered walkway is required at the existing southern wall to provide a weather protected pedestrian path between the existing boat storage building and existing building 3853. There are no room requirements for the Boat Canopy or Covered Walkway because they are both unenclosed structures. Vehicle Maintenance: This facility is located near Amphibious Drive. This 45,350 square foot facility will provide the required space for maintenance and service of tactical and support vehicles and small craft. The building will also provide the necessary supporting administrative spaces associated with the vehicle maintenance function. Boat Shop: This building is located on the south side of Murray Road. There is a base bid and an additive bid option for this building. The base bid for this facility will provide a 5 bay (21,000 square foot) Boat Shop building. The additive bid option will provide an additional 3 high bays (11,025 square feet) to the Boat shop building. This building is located on the south side of Murray road. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $39.5M. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. The Sources Sought Project Information Form shall be used to document a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity to this project.� A relevant project is further defined as: Similar Size: Cumulative 50,000SF or greater for multiple facilities and project value of $30,000,000 or greater. Similar Scope: New construction vehicle maintenance facilities, storage/warehouse administrative combination facilities. Similar Complexity: Projects demonstrating construction of similar scope buildings on multiple sites simultaneously or sequentially. Additions comprised of a new footprint will only be considered New Construction for the purposes of this evaluation if the new footprint meets the above Size/Scope/Complexity. Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� 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 an award.� 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 19 MAY 2020 at 2:00 PM (EDT).� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The package shall be sent via electronic mail to Stephen Astwood at stephen.d.astwood@navy.mil.� Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61ad6aa976bd4a288e069fc1dae5db48/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN05646708-F 20200507/200505230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.