SOURCES SOUGHT
Y -- The P907 Dry Combat Submersible Operations Facility, JEB Little Creek-Fort Story, Virginia Beach, Virginia
- Notice Date
- 5/5/2020 1:20:11 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
- N4008520R0105
- 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: The P907 Dry Combat Submersible Operations facility will be located on Joint Expeditionary Base Little Creek-Fort Story. The new facility will be one story and a maximum gross area of 66,000 SF. The exterior aesthetics of the facility is to align with the Little Creek Base Installation Appearance Plan (IAP). The new building will be a steel frame with reinforced concrete masonry unit with brick veneer or insulated precast panels. The facility will house (2) separate maintenance bays, a deep submersion pool, battery and electronics shops, and storage and administration spaces. A single drive through aisle has been sized for large truck access through the facility and accessing both maintenance bays and the submersion pool. Multiple overhead doors will allow access to all bays and further limiting exterior exposure to any units. In addition to the new building the project will also include a large paved laydown area, parking lot, and new 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: 50,000SF or greater for facilities and project value of $30,000,000 or greater. Similar Scope: Facilities that include a combination of high bay storage/maintenance/warehouse housing cranes, specialized shops and administrative spaces. Similar Complexity: Projects demonstrating construction of similar scope buildings with large paved laydown/staging areas, associated parking and access road(s). 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/8a680f2a073b46688c392489749488c3/view)
- Place of Performance
- Address: Virginia Beach, VA, USA
- Country: USA
- Country: USA
- Record
- SN05646710-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 |